Loading...
HomeMy Public PortalAboutAgreement 2021-08-05 A&P Consulting Transportation Eng SignedContract No. 2021-08-05 Page 1 of 40 CONTINUING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND A&P CONSULTING TRANSPORTATION ENGINEERING, CORP. THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2021 (the “Effective Date”), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, (the “Village”), and A&P CONSULTING TRANSPORTATION ENGINEERING, CORP, a Florida Corporation (hereinafter, the “Consultant”). WHEREAS, the Village desires certain professional architectural and engineering services; and WHEREAS, the Consultant will perform professional architectural and engineering services on behalf of the Village, all as further set forth in the Proposal dated February 12, 2021, attached hereto as Exhibit “A,” and the Scope of Services, attached hereto as Exhibit B” (the “Services”); and WHEREAS, the Consultant and Village, through mutual negotiation, have agreed upon a fee for the Services; and WHEREAS, the Village desires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the Village agree as follows: 1.Scope of Services. 1.1. The Contractor shall furnish the Services and provide deliverables for various project aspects for the Village (each a “Project”), as requested by the Village and detailed in a “Statement of Work” or “Statement of Work” which the Village will provide the Contractor when engaging the Contractor to work on a specific Project in a form 1.2. Prior to commencement of work on a specific Project, the Contractor will provide the Village with a fixed lump sum cost for the Services set forth in the Statement of Work calculated using the rates set forth on the Rate Schedule attached hereto as Exhibit “C.” 1st November Contract No. 2021-08-05 Page 2 of 40 1.3. If the Village approves the fixed lump sum cost for the Project, the Village will provide the Contractor with a Notice to Proceed to perform the Services set forth in the Statement of Work. Contractor acknowledges that it shall not undertake to perform any Services on any Project until it has received from the Village the Notice to Proceed on such Project. 1.4. Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the Village. 1.5. The Contractor shall abide by the terms and requirements of the RFP, as though fully set forth herein. 2. Term/Commencement Date. 2.1. This Agreement shall become effective upon the Effective Date and shall remain in effect for through three (3) years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two (2) additional one (1) year periods on the same terms as set forth herein upon written notice to the Contractor. 2.2. Contractor agrees that time is of the essence and Contractor shall complete the Services within the timeframes set forth in the Statement of Work and the Notice to Proceed for each Project in the manner provided in this Agreement, unless extended by the Village Manager. 3. Compensation and Payment. 3.1. Compensation for Services provided by Contractor shall be in accordance with the approved fixed lump sum set forth in the Statement of Work or the Notice to Proceed for such Project, which shall be based on the Rate Schedule attached hereto as Exhibit “C.” 3.2. During each Project, Consultant shall deliver an invoice to Village no more often than once per month detailing Services completed and the amount due to Consultant under the Statement of Work for such Project. Fees shall be paid in arrears each month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed for each Project. The Village shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the Village Manager. 3.3. Contractor’s invoices must contain the following information for prompt payment: 3.3.1. Name and address of the Consultant; 3.3.2. Purchase Order number; 3.3.3. Contract number; 3.3.4. Date of invoice; Contract No. 2021-08-05 Page 3 of 40 3.3.5. Invoice number (Invoice numbers cannot be repeated. Repeated invoice numbers will be rejected); 3.3.6. Name and type of Services; 3.3.7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above information will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to payables@keybiscayne.fl.gov. 4. Subcontractors. 4.1. The Contractor shall be responsible for all payments to any subcontractors and shall maintain responsibility for all work related to the Services and/or any Project. 4.2. Contractor may only utilize the services of a particular subcontractor with the prior written approval of the Village Manager, which approval shall be granted or withheld in the Village Manager’s sole and absolute discretion. 5. Village’s Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2. Upon Consultant’s request, Village shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first- class manner. Contract No. 2021-08-05 Page 4 of 40 6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the Village. 8. Termination. 8.1. The Village Manager, without cause, may terminate this Agreement upon five (5) calendar days’ written notice to the Consultant, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of termination by the Village, the Consultant shall be paid for all work accepted by the Village Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Consultant’s insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit Contract No. 2021-08-05 Page 5 of 40 and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the Village, reflecting the Village as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by Village and prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the Village. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The Village reserves the right to inspect and return a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village. 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s Compensation Insurance, the Village is to be specifically included as an Additional Insured for the liability of the Village resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant’s insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Consultant’s insurance. The Consultant’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of Contract No. 2021-08-05 Page 6 of 40 liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the Village. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver of Jury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. Consultant shall indemnify and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant’s performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the Village for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant’s performance or non-performance of this Agreement. 12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the Village nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The Village is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3. The provisions of this section shall survive termination of this Agreement. 13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal Contract No. 2021-08-05 Page 7 of 40 service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1. Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the Village which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the Village. Consultant shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Village. 16.3. Upon request from the Village’s custodian of public records, Consultant shall provide the Village with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. Contract No. 2021-08-05 Page 8 of 40 16.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Village. 16.5. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the Village in a format that is compatible with the Village’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7. Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the Village. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Jocelyn Brewster Koch Mailing address: 88 West McIntyre Street Key Biscayne, FL 33149 Telephone number: 305-365-5506 Email: jkoch@keybiscayne.fl.gov 17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Consultant, and such firm’s familiarity with the Village’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. Contract No. 2021-08-05 Page 9 of 40 19. Independent Contractor. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 26.1. First Priority: this Base Agreement; 26.2. Second Priority: Change Orders with later date taking precedence; 26.3. Third Priority: Exhibit C – Rate Schedule; 26.4. Fourth Priority: Exhibit B – Scope of Services; 26.5. Fifth Priority: Exhibit A – Consultant’s Proposal; and 26.6. Sixth Priority: Work Orders, with later date taking precedence. Contract No. 2021-08-05 Page 10 of 40 27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment- in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature pages follow.] V UI.0 JII�II CIIVCIUi/C ILJ. ULLOCr/ 0-CO.7C-YUl "J -00.4U -L 1JVYV VCJV I'4 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE CONSULTANT Doeuuigned by: By: ` crSC€os 7cna.423_. Steven C. Williamson Village Manager Attest: By: Jocelyn,8rews Village Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. Village Attorney Addresses for Notice: Village of Key Biscayne Attn: Village Manager 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5514 (telephone) 305-365-8936 (facsimile) aagha@keybiscayne.fl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2525 Ponce de Leon Boulevard, Suite 700 Coral Gables, FL 33134 cfriedman@wsh-law.com (email) By: 4P( Name: Anto P.E. Title: President A&P Consulting Transportation Engineers resscs for Notice: A&P Consulting Transportation Engineers Attn: Antonio Acosta 8935 N.W 35th Lane, Suite 200 Doral, Florida 33172 305-592-7283 305-593-1594 agacosta@apcte.com With a copy to: (telephone) (facsimile) (email) A&P Consulting Transportation Engineers Attn: Giset Fernandez-Abela 8935 N.W 35th Lane, Suite 200 Doral, Florida 33172 305-592-7283 (telephone) 305-593-1594 (facsimile) gisetf@apcte.com (email) Contract No. 2021-08-05 Page 11 of 40 E -VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E -Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E -Verify system. The contracting entity must provide of its proof of enrollment in E -Verify. For instructions on how to provide proof of the contracting entity's participation/enrollment in E -Verify, please visit: https://www.e-verifv.gov/fagihow-do-i.-provide-proof-of-mv-participationenrol Invent-in-e-veri#i' By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E -Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits from subcontractors. ® Check here to confirm proof of enrollment in E -Verify has been attached to this Affidavit. Inthepr ence of: Witness #1 Print Nam Witness #2 Print Name: Juan Muniz State of Florida County of Miami -Dade Signed, sealed and ivered by: sp Print Name: AntcnioG. Acosta, P.E. Title: President Entity Name: A&P Consulting Transportation Engineers ACKNOWLEDGMENT The foregoing instrument was acknowledged before me by means of 1] physical presence or ❑ online notarization, this 16 day of August , 20 21 , by Antonio Acosta (name of person) as President (type of authority) for ASP Consulting Transportation Engineers (name of party on behalf of whom instrument-i executed). Giset Fernandez -A Notary Public ( Commissioned) tamp, or T *: e as X Personally known to me; or Produced identification (Type of Identification: Did take an oath; or Did not take an oath Contract No. 2021-08-05 4ss'i G15ET FERN NDEZ-ABELtt Commisslon # HH 108750 43, Expires July 23, 2025 1'koF Ft -°1 Bonded Tin Budget Notary Senvic -s Page 12 of 40 8/16/2021 My Company Profile | E-Verify https://everify.uscis.gov/account/company/profile 1/3 My Company My Company Prole Company Information An official website of the United States government Here’s how you know Company Name A&P Consulting Transportation Engineers Doing Business As (DBA) --- Company ID 1246682 Enrollment Date 11/13/2017 Employer ID Number 650770583 DUNS Number 009335857 Total Number of Employees 20 to 99 NAICS Code 541 Sector Menu 8/16/2021 My Company Profile | E-Verify https://everify.uscis.gov/account/company/profile 2/3 Edit Company Information Employer Category Employer Category None of these categories apply Edit Employer Category Professional, Scientific, and Technical Services Subsector Professional, Scientific, and Technical Services Company Locations Edit Company Locations Physical Address 8935 NW 35 Lane Suite 200 Doral, FL 33172 Mailing Address 8935 NW 35 Lane Suite 200 Doral, FL 33172 Hiring Sites We have implemented a new policy and require more information for existing and future hiring sites. 8/16/2021 My Company Profile | E-Verify https://everify.uscis.gov/account/company/profile 3/3 Company Access and MOU U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Accessibility Plug-ins Edit Hiring Sites Number of Sites 1 My Company is Configured to: Verify Its Own Employees Memorandum of Understanding View Current MOU EXHIBIT “A” CONSULTANT’S PROPOSAL Contract No. 2021-08-05 Page 13 of 40 February 12th, 2021 Village of Key Biscayne Procurement Department 88 West McIntyre Street Key Biscayne, FL 33149 Subject: Response to Village of Key Biscayne RFQ No. 2021-08 – Continuing Architectural & Engineering Services A&P Consulting Transportation Engineers, Corp. We are very pleased for the opportunity to submit the Statement of Qualifications to the to the Village of Key Biscayne for the Continuing Architectural & Engineering Services. We are submitting for the following categories: Civil Engineering, Construction Engineering and Inspection, Structural Engineering, Traffic and Transportation Engineering and Water Resources Engineering as our response to the RFQ. We trust that our submission is complete and has been prepared in accordance with the City’s criteria. A&P has its local headquarters in Miami-Dade County with 92 employees of which 88 have their permanent residence in Miami-Dade and understand the need to implement congestion management strategies to improve the quality of life of the residents. Over A&P’s history, we have been able to successfully complete projects that varied in size and complexity for a wide variety of clients. Our clients include the City of Miami, City of Miami Beach, City of Doral, City of Hialeah, Town of Miami Lakes, Village of Palmetto Bay, Village of Biscayne Park, Miami-Dade Department of Transportation and Public Works Department (M-D DTPW), Miami-Dade Water and Sewer Department (M-D WASD), Florida Department of Transportation (FDOT), Florida’s Turnpike Enterprise (FTE), and Miami-Dade Expressway Authority (MDX). Throughout this work, we always ensure that our client’s and our community’s needs are met. A&P qualifications and vast experience makes us the best candidate to provide the services required by the Village of Key Biscayne in this contract. Our approach, and the reason for our success, includes innovative techniques, qualified professionals, and a driven workplace atmosphere. A&P is perfectly suited for this contract, we have a very strong CEI and Construction Management, Water Resources, Structural, and Traffic and Signal departments. This unique combination of talents, as well as our Project Management experience working on similar projects makes our firm an ideal candidate for this important contract. We have designated Antonio G. Acosta, P.E., C.G.C as the Contract Manager to lead the project team. Mr. Acosta has over 36 years in the design of Highway Facilities and Infrastructure Projects, as well as Principal-in- Charge for Water and Sewer Improvement Projects. He spent the first fifteen years of his career working for the Florida Department of Transportation (FDOT) District VI working in the Roadway Design Section. As one of the principals of A&P, Mr. Acosta has managed, designed, and overseen the construction of numerous Transportation, Water Distribution and Sanitary Sewer Systems Projects for Governmental and Private Clients. He possesses the leadership qualities and technical expertise which has earned him the respect of his peers in the South Florida engineering community. Our staff is readily available to successfully complete all work assignments for this project with a high level of quality, on time and within budget. A&P is respected for meeting all deadlines and established schedules. We are committed to providing the Village of Key Biscayne with a team capable of surpassing the levels of satisfaction expected by the Village. We emphasize the importance of completing all our jobs with excellence, and place priority to the needs of our clients. We want to be an extension of the Village of Key Biscayne‘s staff for this project, and an integral piece of a quality product. We look forward to the opportunity of working with you and your staff. Sincerely, A&P Consulting Transportation Engineering, Corp. Antonio G. Acosta, P.E. – President ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/11/2021 License # L096220 (305) 842-3600 (305) 842-3600 20427 A&P Consulting Transportation Engineers 8935 NW 35th Lane Doral, FL 33172 A 1,000,000 6078721779 6/11/2020 6/11/2021 100,000 15,000 1,000,000 2,000,000 2,000,000 1,000,000A 6078721782 6/11/2020 6/11/2021 3,000,000B 6078721801 6/11/2020 6/11/2021 3,000,000 C 6080694861 6/11/2020 6/11/2021 1,000,000 1,000,000 1,000,000 D Professional Liab.AE-GM-0000013-01 8/18/2020 Each Claim 3,000,000 D Professional Liab.AE-GM-0000013-01 8/18/2020 8/18/2021 Aggregate 3,000,000 Village of Key Biscayne A&PCONS-01 DHARRIS JAG Insurance Group, LLC999 Ponce De Leon BlvdSuite 800Coral Gables, FL 33134 AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA CONTINENTAL CASUALTY CO. VALLEY FORGE INSURANCE COMPANY Great Midwest Insuranc Company X 8/18/2021 X X X X X X X X REQUEST FOR QUALIFICATIONS NO. 2021-08 CONTINUING ARCHITECTURAL & ENGINEERING SERVICES DISPUTE DISCLOSURE: Structural Engineering Carlos Chapman Et AI Vs Munilla Construction Management, et al., Case No. 2018 -016746 -CA -01 (Fla. 11th Cir. Ct.). This action alleged breach of contract. Case was voluntarily dismissed. A & P was a named third -party defendant for alleged breach of contract related to the negligent structural design of a pedestrian bridge. A&P had no involvement on the structural design nor construction of said bridge, A&P's scope was for the roadway design of the auxiliary side street and maintenance of traffic. Other than the above, A&P Has never had any legal charges and/or convictions of the organization or its officers regarding fraud, bribery, or criminal offenses since it's inception, nor has it had any contract or agreement been terminated for convenience, cause, or default. WARRANTY: A&P Consulting Transportation Engineers, Corp. acknowledges that by submitting a response testifies that it is not insolvent, is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation or other legal or administrative proceedings or investigations of any kind that would have an adverse effect on its ability to perform its obligations under the Contract and agrees and understands that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of your response. Antonio G. Aco ,b a, P.E. - President The foregoing instrument was acknowledged before me by means of X physical presence or online notarization, this 4 day of February , 2021, by Antonio Acosta , as President of A&P Consulting Transportation Enianeers, Coro. a Florida Corporation in the State of Florida STATE OF FLORIDA: COUNTY OF MIAMI-DADE: Personally Known X OR Produced Identification Ty/�e IdentificaJon^�roduced Signature of Notary PubIIi' State of Florida Giset Fernandez-Abela (Print, Type or Stamp Commissioned Name of Notary Public) NIk/ r1r Public State of Florida e llFemandez-Abela Any Commission GO 089382 14a !or Expires 07123/2021 A&P Consulting Transportation Engineers, Corp. ADDENDUM ACKNOWLEDGEMENT FORM Solicitation Title: Continuing Architectural & Engineering Services Solicitation No.: 2021-08 Listed below are the dates of issue for each Addendum received in connection with this Solicitation: Addendum No. 1 Dated 1/27/2029 Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated ❑ No Addendum issued for this Solicitation Firm's Name: A&P Consulting Transportation Engineers, Corp. Authorized Representative's Name: Antonio G. Acosta, P.E. Title: President ti Authorized Signature: Form AA M'7^ FORM SEA SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR BIDDER IS DEEMED TO BE NON -RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE VILLAGE OF KEY BISCAYNE AND ARE STATEMENTS MADE: By: Antonio G. Acosta, P.E. For (Narne of Proposing or Bidding Entity): A&P Consulting Transportation Engineers, Corp. Whose business address is: 8935 N.W. 35th Lane, Suite 200, Doral, Florida 33172 And Of applicable) its Federal Employer Identification Number (FEIN) is: 65-0770583 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS##: Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501- 553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631, qo Proposer Initials Form SEA Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) [X] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, Form SEA partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami -Dade County conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this, gpntract. Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the Village of Key Biscayne (the " Village") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no Village employee, nor any elected or appointed officer (including Village board members) of the Village, nor any spouse, parent or child of such employee or elected or appointed officer of the Village, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such Village employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest Form SEA in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by Village, Further, Proposer recognizes that with respect to this transaction or bid, if any Proposer violates or is a party to a violation of the ethics ordinances or rules of the Village, the provisions of Miami -Dade County Code Section 2-11.1, as applicable to Village, or the provisions of Chapter 112, part 111, Fla, Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the bid or proposal is submitted and may be further disqualified from submitting any future bids or proposals for goods or services to Village. PropOsei Initials Anti -Collusion Affidavit 1. Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and all pertinent circumstances respecting the Proposal/Bid; 2. The Proposal/Bid is genuine and is not a collusive or sham Proposal/Bid; and 3. Neither the Proposer/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Bidder, firm, or person to submit a collusive or sham Proposal/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Bidder, firm, or person to fix the price or prices in the attached Proposal/Bid or of any other Proposer/Bidder, or to fix any overhead, profit, or cost element of the Proposal/Bid price or the Proposal/Bid price of any other Proposer/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Village of Keay Biscayne or any person interested in the proposed Contract. Proposer nitials Scrutinized Company Certification 1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false Form SEA certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. Proposed Initials Acknowledgment, Warranty, and Acceptance 1. Consultant warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2. Consultant warrants that it has read, understands, and is willing to comply with all requirements of Soliciation No. 2021-08 and any addendum/addenda related thereto. 3. Consultant warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the Village Council or Village Manager, as applicable. 4. Consultant warrants that all information provided by it in connection with this Proposal is true and accurate. I Proposer Initials Truth in Negotiation Certification The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Village determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of the final billing or acceptance of the work by the Village, whichever is later. Propbser Initials Sworn Signature of Proposing Entity Representative and Notarization for all above Affidavits follows on the next page. Form SEA In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: )1J 1 ret l74 [ Witness #2 Print Name: State of Florida County of Miami -Dade On this 28 day of January personally appeared Antonio G. Acosta Print Name: Antonio G. Acosta, P. Title: President ACKNOWLEDGMENT , 20 21 , before me the undersigned, , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand a X N •tary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: Did take an oath; or Did not take an oath Form SEA FORM CD COMPANY DECLARATION FORM certify that any and all information contained in this Response is true. I certify that this Response is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a Response for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the solicitation and certify that I am authorized to sign for the Respondent's firm. Please print the following and sign your name: A&P Consulting Transportation Engineers, Corp. FIRM NAME 8935 NW 35 Lane, Suite 200, Doral, Florida 33172 PRINCIPAL BUSINESS ADDRFESS 305-592-7283 TELEPHONE info@apcte.com 305-593-1594 FACSIMILE EMAIL ADDRESS 65-0770583 FEDERAL I.D. NO. OR SOCIAL SECURITY NUMBER Antonio G. Acosta, P.E. 3894145 MUNICIPAL BUSINESS TAX RECEIPT OR OCCUPATIONAL LICENSE NO. NAME President TITLE AUTHORIZED SIGNATURE Form CD CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of A&P Consulting Transportation Engineers, Corp. a corporation organized and existing under the laws of the State of Florida , held on the 28 day of January _ 2021 , a resolution was duly passed and adopted authorizing (Name) Antonio G. Acosta, P.E. as (Title) President of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I ave hereunto set my hand this 28 , day of Ja ua Secretary: Print Name: Carlos M.G VIctrera, P.E. Print Name: Antonio G. Acosta, P.E. CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Partners of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Partner: Print Name: Print Name: Form COA CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Signed: Print: In the presence of: Witness #1: Signature: Print: Witness #2: Signature: Print: Form COA ACKNOWLEDGMENT State of Florida County of Miami -Dade On this 28 day of January personally appeared Antonio G. Acosta, P.E. , 20 21 , before me the undersigned, whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: X Personally known to me; or Produced identification (Type of Identification: Did take an oath; or Did not take an oath rint, Stamp, or Type as Commissioned) ) Form COA VILLAGE OF KEY BISCAYNE RFQ 2021-08 Continuing Architectural and Engineering Services Addendum #1 Due Date: February 12, 2021 This addendum is incorporated into and made a part of the above referenced solicitation. The following may include clarifications, revisions, additions, deletions, or answers to questions received relative to the solicitation, which take precedence over the solicitation documents. Underlined word(s) indicate additions. Deletions are indicated by strikethrough. Clarifications: 1. The Proposal deadline is hereby extended to February 12, 2021, at 4:00 PM. 2. Section 9.1.4 of the Contract (Insurance) is hereby revised as follows: "Professional Liability Insurance in an amount of not less than One Three Million Dollars ($43,000,000.00) per occurrence claim made, single limit." 3. Several questions have arisen with respect to subcontracting under each discipline for this solicitation. To simplify matters, the Village is permitting subcontracting under the following disciplines: a. Architecture b. Civil Engineering c. Construction Engineering & Inspection d. Urban Planning Subcontracting will not be considered for all other disciplines. 4. Submission requirements on the Procurement Portal were revised to remove the "Personnel Qualifications" section. The matter requested was already covered by the Questionniare and the "Organizational Chart" and "Resumes for Key Staff' sections. 5. Proposers may include up to two page resumes for the Contract Manager and Project Manager. Questions and Answers 1. Contract, Section 9 (Insurance): Section 9.1.4 provides that Proposer must have "Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit". As a professional consultant, Proposer's professional liability insurance policy is a "claims made" policy that is renewed annually. Consultant does not, and never has, purchased an "occurrence" professional liability insurance policy. Proposer respectfully requests the Village issue a correction, modification, or amendment to the Contract to allow the Consultant to satisfy the professional liability insurance requirement through a "claims made" policy. Response: See clarification 2 above. 2. Is the Contract Manager and Project Manager considered to be Key Staff positions? Response: Yes. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 1 of 7 3. In the Key Staff Questionnaire, the form only allows for up to ten (10) key staff members. Are Proposers limited to providing only ten (10) key staff members? Response: No, Proposers may have additional key staff members. If so, provide an attachment in "Questionnaire Attachments" providing the same information for each additional key staff member. 4. How many total Key Staff resumes are you requiring Proposers to provide? Are you only looking for one (1) key staff resume per category of service that the Offeror is submitting for ? Response: Proposers are to submit one resume for each Key Staff member. 5. Are Proposers required to submit qualifications that are inclusive of all twelve (12) service categories, or are Proposers only required to submit qualifications on the service categories of their choosing? Response: Proposers should treat each discipline as though it were a separate proposal. Proposers may submit the same matter in different disciplines if the matter is relevant to both. For example: Proposer may use the same letter of intent in multiple disciplines. The submission requirements are broken out to be modular, allowing the Proposer to modify the discipline specific matter while resubmitting other duplicated proposal elements. Proposer's are only required to submit for the disciplines of their choosing. 6. On the Questionnaire, Question Set 2 (Client References), is it permissible to use Village of Key Biscayne work as one of the reference projects and use a Village employee as the reference contact? Response: Yes. 7. It is understood that only resumes/qualifications for Contract Manager, Project Manager, and ten (10) Key Personnel. Can additional personnel names be included on the Organizational Chart to illustrate depth of resources, or should we limit our organizational chart to the personnel above? Response: See response to Question 3 above. The organizational chart may include additional personnel. 8. RFQ page 13, item D(a) and D(b) request sections from our questionnaire. Please confirm whether it is necessary to upload the Questionnaire twice or can it be taken from the original Questionnaire upload. Response: These items are included in the Questionnaire. Proposers only need to upload the Questionnaire once. 9. RFQ pages 13 and 14, items C, D, and E each request multiple items (a., b., c.). For example, D Personnel Qualifications, subsection D requests one -page resumes for Key Personnel, and subsection E requests a resume for the Contract Manager. Should the files for subsection D be submitted as a separate PDF from the files for subsection E, or should all content for the major categories be submitted as a single PDF for each section? Response: Where the submission requirements call for specific elements, those should be submitted separately. For example: 3.4D(c) Organizational Chart should be submitted on its own, whereas items 3.4E(a)-(c) should be submitted together in a single pdf. 10. RFP page 13 identifies Section D. Personnel Qualifications, which requests an Organizational Chart and resumes for Key Staff, C.M., and P.M. The upload site on Bonfire has an upload section for Personnel Qualifications, but also has one for "Organizational Chart" and one for "Resumes of Key Staff". Should the Organizational Chart and resumes for Personnel Qualifications be uploaded, as stated in the RFP? If so, should we repeat in the upload sections for Organization RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 2 of 7 VILLAGE OF KEY B ISCA Y N E Chart and Resumes of Key Staff? Conversely, if we are to upload or Organizational Chart section and the resumes to Resumes for Key Staff section, what do we upload to the Personnel Qualifications section? Response: See clarification 4 above. 11. Should we include sub -consultants at this phase of the Procurement process or add them to our team after selection and consultation with the Village on an as -needed basis? Response: See clarification 3 above. 12. Is the Village looking to contract three (3) firms to provide all twelve (12) disciplines, or three (3) firms per discipline? Response: The Village is seeking to establish contracts in each discipline. The Village reserves the right to award or not award as many contracts as it deems appropriate. 13. Who are the incumbents of this contract? Response: Calvin Giordano & Assoc., EAC Consulting, and The Corradino Group 14. Is it possible to be a sub -consultant on a team providing certain disciplines and also pursue those same disciplines separately as a prime consultant? Response: No. If you submit as a prime in any discipline, your firm cannot be a subconsultant on another proposal within that same discipline. 15. Please elaborate on the Sustainability Consulting discipline; do Resilience Design and Sea Level Rise consulting fall under this category? Response: No. 16. Our company name is a re -branding of its previous name, but the company has been in continuous operation providing Architectural and Engineering services for approximately thirty (30) years. Does this satisfy Section 3.2 (1)? Response: If the firm was renamed and the renaming was filed with the State of Florida, and not a new entity, this is acceptable. The firm will need to submit proof that the firm's renaming has been filed with Florida's Division of Corporations. 17. What is the length of the contract term? Response: The initial term is three years with two one-year options that the Village may exercise. 18. If a firm is requesting consideration for multiple disciplines, is it necessary to submit separate complete packages, or can all the disciplines be separated by tabs within one package? Response: It is necessary to submit separate complete packages. However, duplicative matter may be reuploaded to different disciplines. 19. Are sub -consultants permitted, and if so, are they to be included at this time or after selection, if necessary? Response: See clarification 3 above. To the extent practicable, proposed subconsultants should be included at this time. 20. Can the Contract Manager and the Project Manager be the same person? Response: Yes. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 3 of 7 VILLAGE OF KEY BISCA YNEE 21. Could the Village please provide their definition of what the Contract Manager would be? Response: The Contract Manager would be the point of contact for the Village on all matters related to the contract. The Village would prefer having a single point of contact rather than communicating with several project managers. 22. Wastewater Engineering is referenced as a Commodity Code but is not listed under any of the Category Scopes. Will the Village be selecting Wastewater Engineers? Response: No. 23. Will the Village ensure us that the firm's financial information will be confidential and not part of the public record? Response: Yes. Proposers must ensure all financial information is marked conspicuously with the label "Confidential." 24. Does the Village have a CIP or proposed list of projects to be undertaken as part of this RFQ? Response: The Village's lates Capital Improvements Plan was included in its FY2021 Budget posted on the Village website under Budget/CIP Documents. The Village also recently got approval of a $100M bond. Project information supporting the bond was posted to vkbresilience.org. Finally, the intention of these contracts are to use them for any upcoming project that the Village acquires in the next five (5) years that fall within the CCNA limits (under $4M construction cost or $500k study activity). 25. Does the Village intend to have separate evaluation committees for each discipline? Response: The Village will have the same evaluation committee for all disciplines, however, they will evaluate and rank each discipline separately. 26. Item K., Litigation Statement in the RFQ states that the respondent must complete and submit the Dispute Disclosure Questionnaire. This form is not attached to the RFQ or posted as a form in the Procurement portal. Could the questionnaire be posted or information be provided on where to locate it? Response: Question Set 3 of the Questionnaire is the Dispute Disclosure Questionnaire. In addition to those questions, Item K requires Proposer to provide a signed notarized statement declaring under penalty of perjury that no litigation or regulatory action has been filed against Proposer's firm in the last three (3) years. There is no form for this statement, it must be written, notarized, and submitted by the Proposer. 27. Sections 4.1 Attachments: the RFQ states that exhibits are attached, but they are not. Could Exhibits B, C, and D be posted? Response: Exhibit B will be the Respondent's Proposal attached after selection, Exhibit C is the Wage Rates, which will be negotiated after the selection, and Exhibit D is the Sample Work Order. Blank copies of all documents are attached to Attachment A- Draft Agreement and will be completed after the selection and negotiation process. 28. Can an individual staff member's experience be used to meet the following requirement: "Respondent must have successfully completed at least three (3) municipal projects within the relevant discipline, demonstrated through three (3) verifiable client references from different entities, within the past five (5) years prior to the issuance of this RFQ? Response: No. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 4 of 7 llS k Y•,�rYr rA VILLAGE OF KEY BICAY T E 29. The Client References Questionnaire states, « Respondent may not use the same reference for more than one (1) project/contract". Does this mean that two (2) separate projects/contracts containing the same client contact/reference are not allowed? Response: Yes. 30. For Key Staff Questionnaire/Resumes, does the Village want us to submit staff/resumes from Proposed Subcontractors, and if yes, can more that ten (10) Key Staff members be listed? Response: Yes, if they are included as Key Staff members. 31. As specific Task Orders have not been defined, can the "appropriate percentage of the work to be performed" be submitted as TBD? Response: Yes. Proposers may also input N/A. 32. Can multiple potential subcontractors for the same discipline be submitted, as their use would be dependent on a Task Order's scope and timing? Response: Yes. 33. Under "Eligibility", the RFQ states, "Respondent must have successfully completed AT LEAST three (3) municipal projects within the relevant discipline, demonstrated through three (3) verifiable client references from different entities, within the past five (5) years prior to the issuance of this RFQ". The Excel form only has space for three (3) client references. Is a firm permitted to submit more than three (3) examples of past experience / references? If yes, where shall these be submitted in the portal —as an attachment to the Questionnaire? Response: For qualification purposes, please only submit three client references. Proposers are encouraged to include project and contact information with their client list. 34. Does the Village require each staff member's resume uploaded as a separate file or can they be submitted in one PDF document? Response: Either method is acceptable. 35. Which discipline would be relevant for Geospatial and Subsurface Utility Engineering to be bid under for this solicitation? Or, will those disciplines be part of a forthcoming solicitation if the Village seeks those services? Response: Civil Engineering. 36. Upon completing a submittal, if for example a Landscape Architect may involve a Civil Engineer, would it be the Village's expectation to put a team together for Civil Engineering as part of the submittal? Response: No, it would not be necessary. 37. The Village has be open to negotiating some of the contract language in the past, including the broad form indemnification. Would this still be an option? Response: Should there be any comments a firm has regarding the contract, they may be added to the firm's proposal and submitted. A firm cannot make their proposal contingent upon acceptance of alternate conditions to the contract. 38. Our firm has a broad spectrum of services that are provided. If, for example, we were to submit a proposal for Civil Engineering and Landscape Architecture, would Landscape Architecture need to have its own Project Manager or could it be managed by the Civil Engineer's Project Manager? RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 5 of 7 VILLAGE OF KEY BISCCA Y t' E Response: It is the Village's preference to have only one Contract Manager instead of numerous Managers, however that would be allowed. 39. Our firm is primarily a Transportation Engineering firm, however we also provide Structural Design, Electrical Design, Stormwater, and Water and Sewer Services. At this point we are not certain how many specialties we are going to submit for, but will probably be between four (4) and six (6) specialties. Should our firm provide an Organizational Chart for every specialty , or provide just one (1) Organizational Chart with different modules depending on the specialty we are submitting for? Response: The firm can provide one (1) Organizational Chart that is all-inclusive and upload it to each specialty the firm is submitting for. 40. Due to the fact that there are many points on criteria for Personnel and the Project and Contract Managers, would it be acceptable to submit two (2) page resumes for Personnel, instead of one? Response: Yes. See clarification 5 above. 41. There are disciplines listed for Design and for Project/Construction Management. If a firm is selected to perform the Design, would that firm be allowed to perform Design Management and Construction Management, or does that preclude them? Response: No, it is not precluded. However, on some projects, the Village may request one firm to perform the design and another to perform project/construction management. 42. Are there any additional vendor registration requirements with the Village, aside from registering on Bonfire? Response: No, the only additional items the Village would require would be the firm's W9 and insurance once the firm is awarded a contract. 43. Within Section 3.4, Response/Qualifications Package/Requirements, after subsection F (Insurance), it skips to subsection K (Litigation Statement) in the RFQ. Is this a typo or are there missing subsections for G through J? Response: This is a clerical error. Proposers should ignore the missing subsection letters. 44. Would the Village allow a larger Civil Engineering firm team up with a smaller Civil Engineering firm as a subconsultant to strengthen their resources? Response: Yes. 45. Usually we team up as part of an Architectural team for MEP and Fire Protection disciplines. Would the Village require us to submit a proposal separately for MEP and Fire Protection separately and not underneath the Architectural team? Would we have to submit our services as a sub -consultant? Response: You may submit as a subconsultant to the Architectural firm where the Architectural firm serves as prime in the Architectural discipline. However, if your firm desires to submit as prime in the MEP discipline as well, it is free to do so. 46. If a firm provides MEP services, would there be one separate submission for each (Mechanical, Electrical, and Plumbing)? Response: No, MEP services can be submitted under one proposal. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 6 of 7 Antonio Acosta, P.E. President 2/10/2021 A&P Consulting Transportation Engineers, Corp. FIRM’S UNDERSTANDING OF THE VILLAGE’S GOALS, EXPECTED OUTCOMES Coastal communities frequently experience persistent nuisance flooding, and some critical components of their wastewater infrastructure can be found affected and experience significant service disruptions. This BODR intends to identify both the climate risks associated with the location of PS 0300 and the critical infrastructure components and design that may prove essential to the targeted investment of protective actions to enhance overall resilience of the pump station. Miami-Dade County is located in a unique geographical area as it is surrounded by major bodies of water such as the Atlantic Ocean, Biscayne Bay and many rivers, lakes and canals. Rising sea levels lead to other issues including: Coastal Erosion: Sea level rise is increasing coastal erosion rates. Storm surge: Sea level rise can increase the height of storm surge. King Tide Flooding: Sea level rise is causing King Tides to happen more frequently, last longer and extend farther inland. Urban Flooding: Urban flooding can be caused by short-duration, very heavy rain events. Urbanization creates large areas of impervious surfaces (such as roads, pavement, parking lots and buildings) that heavy downpours can exceed the capacity of storm drains and cause floods. Saltwater Intrusion: Rising sea levels cause saltwater to “intrude” further landward into the freshwater Biscayne Aquifer, increasing the vulnerability of the region’s drinking water to saltwater intrusion. Additionally, rising sea levels push salt water further into the Everglades, potentially causing loss of wetland plants and habitat. Infrastructure Impacts: Due to higher water levels in Biscayne Bay, it takes longer to drain roadways when it rains, and some low-lying roads are directly inundated by high tides. Additionally, rising sea levels increase the flood risk for buildings near the coast. On November 3rd, 2020 Village of Key Biscayne residents voted in favor of the approval of a General Obligation Bond worth up to $100M for a variety of resilience projects that will proactively work together to protect and strengthen the Village Island Paradise’s beautiful and unique natural assets and upgrade their infrastructure, mainly in preparation for current and future climate-related threats. After the projects are completed, every person in the Village’s community will be prepared to bounce back after large-scale flooding events, hurricanes, or other challenging conditions, and to not only survive, but thrive in the face of the present and worsening threat of sea level rise. These resiliency projects will require the services very reputable Consultant Engineering and Architectural firms to perform Design, Construction Management and Owner’s Representative, and Construction Engineering and Inspection services for a variety of projects under three main initiatives: 1) Sea Level Rise and Flooding and providing “Complete Streets”, 2) Protecting Beaches and Shorelines including creating of an offshore breakwater, hauling of sand, and seagrass mitigation, and 3) Hardening Infrastructure including undergrounding utilities. In addition to the work funded by the G.O. Bond, the Village also passed an infrastructure initiative for much needed stormwater work with funding from a recent increase in stormwater fees to residents. Our team has extensive experience designing and building resilience/sea-level rise projects. For example, we completed 11th Street (Phase I and II) for the City of Miami Beach which included raising the road on a densely develop neighborhood, improved drainage, installed new sewer and water lines, and harmonized onto each property without adversely impacting residents. Additionally, we have designed several Miami River Greenway Projects that included decorative sidewalk and lighting, wayfinding signs, streetscape amenities, and landscaping. Our qualifications and vast experience make us an outstanding candidate to provide the services required by this contract. FIRMS APPROACH AND BRIEF HISTORY A&P is a multi-disciplinary consulting engineering firm based in Miami-Dade County. Our areas of expertise include civil engineering, transportation, water resources and environmental, structural, lighting, electrical, traffic studies, construction management, and Construction Engineering and Inspection (CEI). Over A&P’s decorated history, we have been able to successfully projects that varied in size and complexity for various clients. Throughout all of this, we always ensure that our client’s and our community’s needs are met. Our approach, and the reason for our success, includes innovative techniques, qualified professionals, and a driven workplace atmosphere. Over the past 30 years our team has worked on a myriad of infrastructure improvements projects. In doing so we have gained an intimate knowledge of protocols, processes, procedures, plans, and budgets. A&P qualifications and vast experience in the design of resiliency projects makes us the best candidate to provide the services required by the Village of Key Biscayne in this contract. A&P has completed the design of innumerable urban roadway, water resources, traffic and structural projects with a total construction cost of hundreds of millions dollars. A&P has one of the most expansive portfolios of infrastructure improvement projects in Miami-Dade County. As a result, A&P has become a trusted design engineering firm in the South Florida community and has spearheaded design initiatives on some of the largest and most complex infrastructure projects. PERSONNEL QUALIFICATIONS The A&P’s key staff that was selected for this solicitation has significant proven experience in providing the requested services described on the Scope of Services, and all of the team members are available and ready to begin work immediately. Based upon our understanding of the major requirements of this contract, we have selected a local team tailored to meet each aspect of this contract. In determining our team key staff, we look not only at the special technical capabilities of each individual, but also their current workload. A&P will utilize a staffing plan that implements effective coordination, timely response to the Village of Key Biscayne’s needs, and adherence to schedule and budget, thereby ensuring the completion of a successful project. The Contract Manager selected for this endeavor will be one of our principals, Mr. Antonio G. Acosta, P.E., C.G.C.. As Contract Manager he will be responsible for the technical design elements of this contract as well as the required coordination among the different disciplines to ensure the timely completion of projects within the established proposed schedule. Mr. Acosta will act as the only point of contact between A&P, our sub-consultants and the Village of Key Biscayne. Mr. Acosta is a registered Professional Engineer in the State of Florida. He has more than thirty-six (36) years of experience working on projects similar to the ones that will be part of this contract. He spent the first fourteen years of his career working for the Florida Department of Transportation (FDOT) District VI Internal Design Office on the production of roadway plans from minor design to major reconstruction projects. During the last two years of his career at FDOT, he worked as District VI Roadway Design Project Manager where he was head of an Internal Design Team working on a large number of milling and resurfacing and reconstruction projects. He is a 1985 graduate of Florida International University with a Bachelor’s Degree in Civil Engineering. Antonio will be supported by superior professionals that will be responsible for their areas of expertise. A brief experience of the key members of our team follows. VILLAGE OF KEY BISCAYNE CONTINUING ARCHITECTURAL & ENGINEERING SERVICES A&P Commitment Give you our best resources. Provide you the staff we promised. Work seamlessly to perform your projects on time and on budget. Act with shared stewardship to minimize program impacts to you and the community. Delivery the service and results you expect.Antonio G. Acosta, P.E., CGC Carlos M. Gil-Mera, P.E., CGC Mr. Osmany Alfonso, P.E. (A&P)(60% Avail.), will be our team’s Project Manager. Mr. Alfonso’s 26 years of experience as structural engineer have included all phases of transportation bridge projects from initial concept development to post design services during construction. Mr. Alfonso’s bridge design experience includes curved steel box girder bridges, curved and skewed steel plate girder bridges, Florida I-Beam (FIB) concrete bridges, cast-in-place flat slab bridges, pedestrian bridges, reinforced concrete flat slab bridges, post tensioned substructures, miscellaneous roadway structures including signal support systems, special sign structures, and retaining walls of various types. Mr. Alfonso has participated in the design of over 50 bridges and more than 100 mast arms and sign structures for the FDOT, Expressway Authorities, and various public agencies. Mr. Adrian Alfonso, P.E. (A&P)(60% Avail.), will be one of our team’s Structural Engineer. Mr. Alfonso has provided support on the design of bridges and miscellaneous structures during his A&P tenure with the Structural Department. He is experienced with Microstation, GEOPAK, STAAD, and Mathcad for miscellaneous structures design. He also has experience with the LEAP Bridge Enterprise software for bridge design. Mr. Alfonso provided support to the Bridge Maintenance Office in District 6 using PONTIS and GIS for bridge inspection reports. Mr. Alejandro Linchenat, E.I. (A&P)(70% Avail.), will be part of our team’s Structural Engineering Group. Mr. Linchenat has provided support on the design of bridges and miscellaneous structures during his A&P tenure with the Structural Department. He is experienced with Microstation, GEOPAK, STAAD, SAP 2000 and Mathcad for miscellaneous structures design. He also has experience with the LEAP Bridge Enterprise software for bridge design. Mrs. Nairobis Perez (A&P)(70% Avail.), will be part of our team’s Structural Engineering Groupe. Mrs. Perez has provided support on the design of bridges and miscellaneous structures during her A&P tenure with the Structural Department. She is experienced with Microstation, GEOPAK, STAAD, and Mathcad for miscellaneous structures design. She also has experience with the LEAP Bridge Enterprise software for bridge design. Mrs. Perez also has experience in Drainage Design. Osmany Alfonso Project Manager Adrian Alfonso Structures Nairobis Perez Structures Alejandro Linchenat Structures Mr. Eduardo Vega, P.E., (A&P)(50% Avail.), will be our team’s Governmental Liaison and will also provide QA/ QC for this project. Mr. Vega has over 49 years of experience in practicing civil engineering and 35 years of a distinguished career within the Miami-Dade County Government, serving as WASD’s Assistant Director for Capital Improvements and DTPW’s Assistant Director for Construction and Maintenance. During those years, he was responsible for managing and implementing the Federal Emergency Management Agency Public Assistance Program (FEMA-PA), early this century. The $480 Million Program was completed two years ahead of schedule, and 50% under budget. During that period, he helped several municipal governments to properly implement the overly complicated federal process for the FEMA-PA funding allocation and accurate reimbursement. Mr. Vega has a relevant experience as an owner and as a consultant, in the design-build delivery method. He has directly managed the design and construction of complex water and sewer as well as public works projects. Mr. Vega has been working in A&P for over five (5) years. Mr. Jose G. Lopez, P.E., (A&P)(50% Avail.), will be our team’s Technical Advisor. Mr. Lopez has over 60 years of experience in water and sewer facilities construction and operation permitting, monitoring and enforcement. He has worked as Owner Representative for the Village of Key Biscayne overseeing the stormwater utility enterprise. GIS development work and overseeing the water, sewer and reclaimed water project of $18 Million. Previous to the he was the Chief of the Water and Wastewater Division (Utility Regulation Division Supervisor (Exempt)) at Miami-Dade County Department of Environmental Resources Management (DERM) responsible of all water and sewer facilities construction and operation permitting, monitoring and enforcement. Supervised three sections with 40 employees. TECHNICAL APPROACH AND UNDERSTANDING UNDERSTANDING THE VILLAGE NEEDS On November 3rd, 2020 Village of Key Biscayne residents voted in favor of the approval of a General Obligation Bond worth up to $100M for a variety of resilience projects that will proactively work together to protect and strengthen the Village Island Paradise’s beautiful and unique natural assets and upgrade their infrastructure, mainly in preparation for current and future climate-related threats. After the projects are completed, every person in the Village’s community will be prepared to bounce back after large-scale flooding events, hurricanes, or other challenging conditions, and to not only survive, but thrive in the face of the present and worsening threat of sea level rise. These resiliency projects will require the services very reputable Consultant Engineering and Architectural firms to perform Design, Construction Management and Owner’s Representative, and Construction Engineering and Inspection services for a variety of projects under three main initiatives: 1) Sea Level Rise and Flooding and providing “Complete Streets”, 2) Protecting Beaches and Shorelines including creating of an offshore breakwater, hauling of sand, and seagrass mitigation, and 3) Hardening Infrastructure including undergrounding utilities. In addition to the work funded by the G.O. Bond, the Village also passed an infrastructure initiative for much needed stormwater work with funding from a recent increase in stormwater fees to residents. The Consultant firms selected for these projects will provide services on a continuing as-needed basis, authorized by individual Work Orders issued by the Village. As the cost of these projects is directly and substantially impacting the Village residents, it is very important that the Consultant makes it a priority for each project to be designed and constructed in the most logical, efficient, and cost-effective manner. It is also critical for the Consultant firms to serve as an extension of the Village and ensure that every step of the proposed work provides full transparency to the Village residents with respect to funding allocation, value engineering, project scheduling, bid analysis, public information, and progress of work. The Village of Key Biscayne and its residents deserve a team that is dedicated, forward-thinking, and responsive to their needs. Over the past 24 years, A&P Consulting Transportation Engineers (A&P) has been afforded the privilege to serve many municipalities and our team looks forward to serving through this solicitation. Based on our experience, the Village will required a team that is well-versed in all applicable criteria and standards such as Florida Department of Transportation (FDOT), Miami-Dade County Public Works Department (M-D PWD), Miami-Dade County Department of Regulatory & Economic Resources (DRER), M-D County Department of Environmental Resources Management (M-D DERM), M-D County Water and Sewer Department (M-D WASD), the State of Florida Department of Health (FDOH), the State of Florida Department of Environmental Protection (FDEP) and the South Florida Water Management District (SFWMD), as well as Florida Building Code (FBC). With our team, the Village will have a cohesive unit that can provide the quick response and high-quality results that is expected. In order to provide these services, we have carefully selected the top key personnel of our firm to serve the Village because of its efficiency, experience, pro activeness, and well-established working relationship. Together, this team possesses 24 years of experience working and coordinating in Miami-Dade County for municipalities such as the City of North Miami Beach, City of Miami Beach, City of Doral, City of Miami Gardens, City of Coral Gables, City of Sweetwater, and City of Miami to name a few. Aside form municipalities, our team has provided services for Miami-Dade and Broward County as well as the Florida Department of Transportation, Miami Dade Expressway Authority, Miami Dade Public Works Department, Miami Dade Water and Sewer Department, Miami-Dade Port Authority, and Miami-Dade Aviation Department. This approach is based on the professionalism. We fully understand the need to successfully complete project goals within the limitations of tight schedules and within the budget constraints. Further, we take responsibility for our assignment and take pride in our work. Our management approach to this contract will include the following elements: • A streamlined, production-oriented team. • An experienced staff and state-of-the-art resources necessary to complete project assignments to a high level of technical and professional quality • Providing a complete set of plans that emphasizes on constructability and maintainability requirements to reduce negative impacts to the traveling public during construction and thereafter. • Completing projects on schedule and within budget. • Hosting bi-weekly production meeting including sub-consultants. A&P will develop a detailed Project Activity/Events Schedule within ten days after NTP to detail specific project activities and duration associated with each of the phase submittals, as we strive to meet the Village’s proposed production date. Our Project Manager will review the Project Activities on a monthly basis with Senior Project Staff and related sub-consultants Managers to ensure that all design activities and milestones are completed on-schedule. The proposed project schedule will be accompanied a Payout Curve. The schedule and curve will be updated throughout the life of the project and, with the Village’s approval, they will be adjusted as necessary. This will allow the Village to maintain the design cost in check. Our team knows the importance of checking the construction cost and will update it at each phase submittal. FIRM CAPABILITIES Over the past ten (30) years, the A&P Team has successfully completed multiple projects which demonstrate our background and experience in providing similar services as the one requested by this solicitation. Shown on pages XX through XX, is a summary of some of the most relevant design projects that the team has successfully completed for several municipalities in Miami-Dade County within the past years. We have an accomplished team of Roadway Urban Designers, Drainage Engineers, Traffic Engineers, Utility Engineers, Environmental Structural, Electrical Engineers, and Construction Engineering and Inspection Services inclusive of LAP projects with a multitude of experience in several of the professional specialties that will be needed for this contract. The following is a brief outline of design experience as well as specific approach to accommodating the needs of this contract. A&P fundamental design philosophy has always been to: • Offer a quality design surpassing the Village’s expectations by completing project goals on-schedule and within the budget. • Develop a set of construction documents that will be functional, cost-effective, bidable, constructible and maintainable. • Provide the Village with a high-quality set of construction documents to avoid claims, supplemental agreements, and delays. The A&P Team is confident in our ability to complete any project under this contract within the negotiated budget and ahead of the Village’s schedule. This will be possible largely due to A&P’s local knowledge and design experience. Our expertise in planning, designing and managing infrastructure projects will be backed by an approach that will benefit the Village from concept through construction. Our approach centers on the following success factors: our design efficiency, reliable delivery, value-added solutions (VAS), proven partnership and community awareness: DESIGN EFFICIENCY: As a full-service team, we offer a vast range of design capabilities. From simple local civil/roadway design to the most complex highways, interchanges, bridges and structures, we deliver cutting-edge ideas to meet our clients’ every need. Our professionals are well-verse on current industry standards and techniques, as well as their applications and limitations. When you entrust your project to us, you can be sure that it will adhere to federal, state and local design criteria, and consider the larger social, economic and environmental issues involved. Our focus is on designing safe, efficient travel conditions on every project. RELIABLE DELIVERY: Our team includes personnel you already know and trust to deliver this important contract for you. A&P team members have worked on a total of more than 450 infrastructure projects in Miami-Dade County. We will leverage this experience to ensure reliable and efficient delivery to the Village of Key Biscayne. Our engineering team is committed for the entire duration of this contract - this role is our first priority. VALUE ADDED SOLUTIONS: Our entire team has the unique advantage of working with DTPW over the past thirty (30) years to address transportation project requirements and support the Village of Key Biscayne with multiple planning, design and management services. This experience and knowledge of the requirements has helped us to identify opportunities to Create Context Sensitive Solutions during all phases of planning, design and construction. PROVEN PARTNERSHIP: In addition to our work performing multiple transportation projects throughout South Florida, we have previously partnered with numerous municipalities in a similar capacity for numerous roadway reconstruction, traffic engineering and construction engineering & inspection (CEI) projects. Additionally, we bring valuable experience working with many County and State of Florida Regulatory / Permitting Agencies to obtain approvals in a timely manner. Because of these strong relationships, we are best positioned to serve Village of Key Biscayne and execute this contract seamlessly. COMMUNITY: A contract of this magnitude must focus on the needs of the community. Our experience working with Village of Key Biscayne will be the cornerstone of our community engagement approach, and we will focus on minimizing impacts to the community throughout this contract. The A&P Team has gained extensive experience coordinating public involvement efforts for several infrastructure projects in the past on projects and our team is proficient at interfacing with residents and businesses surrounding project areas. As a full-service firm, A&P Engineers has the ability and resources to provide planning, design, permitting, and construction services to our clients for land development projects. Our professional services offerings for site civil projects include paving and grading as well as water, sewer, and stormwater management. Our engineers are experts in the permitting process and ensure that our designs comply with all applicable codes and regulations. In the past, A&P Engineers has worked with private and public clients to meet their land development’s needs. Our firm’s site civil portfolio ranges from commercial shopping centers to the Miami Intermodal Center. Our expertise and exemplary staff enables A&P Engineers to complete any land development project on schedule and within budget. A&P is highly capable of providing services for: Category 9: Structural Engineering:, which includes: • Construction drawings and specifications for bridge structures and culvert crossings • Above water and underwater bridge and structural inspections • Attendance and presentations at public meetings and at Village Council meetings STRUCTURAL ENGINEERING: The Structural Department is responsible for the preparation of contract documents and specifications to address the needs of various clients including State and Local government agencies as well as private entities. Our projects include a wide range of structure types including concrete and steel bridges, miscellaneous structures, and single-story building structures for various uses. Our services encompass all phases of design from preliminary engineering to the final design and post design of highway related structures for conventional, complex, and design-build projects. We emphasize innovative ideas, timely project delivery, and a quality set of plans and calculations to avoid schedule delays and cost overruns. Bridge Design One important aspect of bridge design is to provide a safe, functional, and aesthetically pleasing structure. Our department has been tasked with the design of multiple bridge structures with different superstructure configurations and span arrangements to address site constraints and accommodate complex roadway geometry. Our prestressed bridges include superstructure systems using Florida I-Beams of different depths (FIB 36, FIB 72, FIB 84 and FIB 96) composite with a reinforced deck supported by SIP metal forms. The longest single span in this family of bridges is 193-ft using Florida I-96 with a support skew of approximately 45 degrees. Our team recently completed the design of a complex elevated T-intersection shown here to improve traffic flow at the intersection of NW 116th Way and Okeechobee Rd. The bridges comprising the elevated T are prestressed concrete bridges with complex span arrangement including tapered deck widths with variable beam spacings. One of the challenges encountered in this design was to accurately determine the live load deflection of one bridge relative to the other, i.e. the differential deflection which is dependent on the stiffness of the supporting members. This parameter is important as it affects the deck rideability and the performance of the expansion joint at the bridge interphase. Both bridges consist of two-span simply supported FIB superstructures with reinforced concrete deck continuous for live load. The substructure of the bridges utilizes multi-column frame concrete piers, symmetrical hammerhead pier incorporating void sections to lighten the weight and enhance aesthetics. A steel straddle bent support was used to support the interphase span and is discussed below. For steel bridges, our team has recently been involved in the design of a 222-ft span steel plate girder superstructure with skewed supports requiring phase construction due to MOT requirements. This bridge accommodates three (3) lanes of traffic in each direction for a total deck width of approximately 125-ft. Due to the severe skew of the bridge, circular neoprene bearing pads were used to better accommodate design rotations. Our team has also been involved in the design of steel substructures comprised of steel straddle bents supported on concrete columns. These structures consist of a steel box cross section with internal diaphragms placed under each superstructure girder and are typically required when tight site constraints preclude the use of conventional concrete pier supports. These box structures provide an alternative solution to post-tensioned concrete bents as they are lighter, possess excellent torsional resistance and are erected in one night without the need to place temporary support towers and develop traffic detours or complete roadway shutdowns for extended periods. We have also designed single and multi-span continuous reinforced concrete slab bridges over canals. These bridges are limited to maximum span ranges of 45-ft due to the required slab becoming excessively thick to satisfy allowable deflection limits. This issue presents constructability challenges especially in spans over water. These structures are typically supported by pile bent substructures utilizing prestressed concrete piles as the preferred foundation type. Precast caps are a viable option when multiple and repetitive sections can be fabricated and erected to minimize disruptions to existing traffic patterns and reduce project schedule. We have experience in bridge repair project addressing the multiple deficiencies in existing bridges including expansion joint replacement, sealing concrete cracks and spalls, installing pile jackets in aggressive marine environments, traffic railing retrofits, and steel bridge painting. One common deficiency found in structures exposed to high salinity environments is cracking of the pile element within the splash zone due to the high chlorine content on the concrete surface. Pile jackets as shown here are used as a viable repair method to restore section loss and extend the service life through cathodic protection where a supplied or created electrical charge stops the corrosion and eliminates further deterioration of the element. Furthermore, we have also been involved in bridge widening projects to accommodate additional traffic demand by adding lanes or pedestrian needs as in the case of widening existing sidewalks. Pedestrian bridges comprised of steel prefabricated trusses are a strong part of our portfolio of structural design. These bridges often require access ramps, or a combination of stairs or elevator towers with a mechanical room depending on pedestrian volumes and site conditions. These projects require integrated collaboration across multiple disciplines for successful execution including architectural, mechanical, electrical, and plumbing. Implementation of required aesthetic features and enhancements to design and construct a landmark structure with its own identity is a critical step in the design process of these structures. Our team evaluates aesthetic guidelines and requirements to deliver a design that is vibrant, exciting, while cost-effective and durable. Integration of pedestrians, bicyclists, and vehicles to create a safe, functional, and harmonious space for residents and visitors to gather and enjoy. A design in strict adherence to ADA requirements including elevator cabins, ramp slopes, landings, surface finishes to facilitate tactile recognition at end of access ramps, signage, and cover plates at expansion joint locations is of paramount importance. Miscellaneous Structures Design Every transportation project relies on miscellaneous structures to support the required infrastructure of different roadway subcomponents such as Signalization, Signing, Drainage and Lighting. These structures are comprised primarily of retaining walls of various types including steel sheet piling bulkheads and post/panel walls using prestressed concrete piles, new and existing traffic signal support structures, ground mounted noise walls, and roadway sign structures including cantilever and span structures. In certain projects, other structures such as culvert extensions, high mast lighting, water control structures and pump stations are required. The water control structure S-194 depicted here was constructed for the South Florida Water Management District at the C-102 Canal intersection with Krome Avenue. The structure is a double bay reinforced concrete structure with slide gates and steel sheet pile walls. The structure also required pile supported monitoring station platform for stilling well equipment. Our team is well versed in the design of these structures and has completed multiple assignments for the FDOT and Miami-Dade County. This contract may also involve assignments that require structural capacity analysis of existing mast arms for which additional loading is anticipated to mitigate safety concerns. The additional loading on a mast arm is often due to the following improvements: addition of rigid backplates to existing traffic signal heads, adding new signal heads to the mast arm, relocation of signal heads or signs to accommodate proposed lane modification (left turn offset), addition of LED illuminated signs and movement restriction signs to mast arm (no left turn), upgrading of left turn from permissive mode (3 section heads) to protective permissive (5 section heads). Foundation design may also be required for speed feedback signs, rectangular flashing beacons, and signs not covered by standards. Structural calculations are also required for modifications to overhead sign structures (cantilever or span) where new or larger sign panels are proposed. Other assignments include checking span wire structures and multi-post signs that need to be relocated, VMS, ITS, high mast and lighting structures design. The structural capacity analysis for existing structures with proposed additional loading must follow FDM Section 261.7 (Category 2 Analytical Evaluation) and the FDOT Structures Manual Volume 3, Section 18.3 using a wind speed of 170 mph unless a reduced speed is applicable due to structure location. If all stress ratios (D/C ratios, CSRs, or CFIs) ≤ 1.05, the structure meets FDOT requirements. Otherwise, strengthening or replacement is required unless a Design Exception is permitted. The Structures Manual Vol. 3 Section 18.1 outlines various member details and/or configurations for which a design exception is not required, however, the condition of these components must be checked for evidence of distress or instability to validate the member condition used in the analysis and the corresponding results. The analysis must be performed in accordance with LRFD-LTS methodology. In addition to the analytical evaluation, FDM 261.7 requires a Condition Evaluation of existing members to be performed. The objective of this evaluation is to assess whether a reduction in service life or structural capacity needs to be accounted for in the analysis. When flexible retroreflective backplates (FRBs) are required, Traffic Operations Bulletin 20-02 will be followed in conjunction with Traffic Engineering Manual (TEM), Section 3.9 and Section 18.3 of SDM. When the elements to be added to an existing mast arm and span wire structure are only FRBs, the structural analysis requirements in accordance with FDM 261 are not required. As part of the analysis, we often evaluate shifting signal heads or signs closer to the upright to alleviate overstress loading and avoid replacement of the mast arm structure. Underwater Bridge Inspection Our team is eager to make available to the Village of Key Biscayne highly qualified and experienced Certified Underwater Bridge Inspectors. Our divers are trained, educated, and have substantial experience in the underwater inspection of structures. This contract requires advanced organizational and technical skills, and the ability to manage multiple tasks. Based on our past experience, our staff has vast inspection practice and is ideally suited to providing uninterrupted service of the highest quality. Our large pool of diversely qualified design engineers is 100% available to provide full-time backup support for the inspection dive team. Our dive team understands the complex and potentially dangerous nature involved in underwater inspections; as such, safety is of upmost importance and is our primary goal. The dive team will operate under the direct supervision of our main dive Engineer, Alexander Milz, P.E., who aside from being a licensed Professional Engineer, is a certified Rescue Diver and Emergency First Responder. Every inspection site will be evaluated for safety concerns and potential hazards prior to putting any divers in the water. Each diver will be equipped with proper dive gear, inspected every year and will have redundant set of equipment available. Furthermore, the dive team will have available underwater video equipment, capable of providing a detailed video of the inspections of the structures where water visibility allows. Our team has the ability to mobilize inspection crews that have expertise in both topside and underwater inspections. Penetration dives for fully submerged structures will be performed with hard hat capabilities as required. A Level 2 inspection will be conducted on all applicable structures unless the results of the inspection warrant further investigation, in which case a Level 3 inspection will be performed in accordance with Underwater Inspection of Bridges, FHWA-DP-80-1, USDOT/ FHA and the FDOT Dive Manual, Volume V. In addition to the conditions of structural members, any evidence of scour at the toe of these structures will be noted and evaluated. All inspection findings will be relayed within 24 hours to our design support engineer team for evaluation. Defects will be identified and will have a comprehensive description of deficiency along with probable cause. Our Team will emphasize the need to evaluate and assess the root cause of the deficiency. Our objective is to assess and determine the source contributing to the deficiency. Our team’s experience with maintenance repairs will assist and provide guidance in order to take the most effective type of corrective action. Deficiencies identified in previous inspection reports, when available, will be addressed and condition updated in the current report. If the field inspection reveals deficiencies that are sufficiently critical to warrant immediate action, such as restriction of traffic or endangering public safety, we will immediately notify the Village verbally and written confirmation will be transmitted within 24 hours. A&P’S PAST PERFORMANCE: As previously shown we showed a list of some of the projects completed by A&P in the past five with their associated grades. These projects covered most of the range of services required in this Request for Qualifications (RFQ). The evaluations shown on the following table were received by our company from FDOT-District’s Four and Six Office and are based on a scale of 5.0. The evaluation received from Miami-Dade County Public Works Department is based on a scale of 4.0, and the evaluation received from Miami-Dade Expressway Authority was based on a scale of 100. The compounded grading that A&P as Prime Consultant has received in the past five years for all of the provided services have been over 4.5 points out of 5.0 for FDOT projects and over 3.5 out of 4.0 for Miami-Dade County projects. Our Commitment to our clients is demonstrated by our past experience and performance. Project Quality Schedule Mgmt.Comp. D6 GEC (Internal Design)(FDOT)5.0 5.0 4.8 4.9 D6 Districtwide PE Design Consultant (C8343)(FDOT)5.0 5.0 5.0 5.0 D6 Districtwide Safety and Traffic Consultant (C7599)(FDOT)4.5 4.9 4.7 4.7 D4 SR A1A Project (FDOT)4.6 4.4 4.6 4.5 M-D PWD NW 37th Ave Reconstruction (Miami-Dade County)3.5/4.0 3.0/4.0 3.75/4.0 3.6/4.0 D6 Districtwide Traffic Operations Design Consultant (FDOT)4.0 4.0 4.0 4.0 MDX NW 87th Ave. Intersection Reconstruction (MDX)92/100 95/100 93/100 93/100 PAST EXPERIENCE SIMILAR PROJECTS A&P is considered among the roadway design leaders in South Florida. Along with our experience working with many other agencies including MD DTPW, FDOT Districts 6 and District 4, MDX, City of Miami, City of Miami Beach, M-D WASD, City of Doral, City of Hialeah, Miami Gardens, City of Pembroke Pines, to name a few. Our team is committed to sharing the valuable lessons learned during the past 25 years in business. The cyclical process of learning and taking knowledge from one project to the next is what makes our industry and our company so unique. On the following two pages we highlight some of the more important and similar structural projects that our company has completed in the past. MIAMI-DADE COUNTY SIMILAR WORK EXPERIENCE Completion Urban Facilities MDX 83629 NW 87 Avenue Interchange Reconstruction at SR 836 Miami-Dade Expressway Authority 2020 Okeechobee Road Reconstruction from East of NW 107th Ave to East of NW 116 Way Florida Department of Transportation District 6 Ongoing D-B for 11th Street Roadway Reconstruction Phase 1 and 2 - Sea Level Rise from Alton Road to Washington Avenue City of Miami Beach 2019 MIAMI-DADE COUNTY SIMILAR WORK EXPERIENCE Completion Urban Facilities Krome Avenue Reconstruction from S.W. 232nd Street (MP 7.519) to just south of S.W. 184 Street / Eureka Drive (MP 10.536) Florida Department of Transportation District 6 Ongoing North Miami Avenue Bridge Replacement over Little River Canal M-D Department of transportation and Public Works Ongoing Golden Glades Multi Modal Transportation Facility FDOT|Miami-Dade DTPW Ongoing PROJECT CONTROL: This contract is unique for two main reasons: 1. Wide variety of assignments 2. The possibility of having simultaneous execution of many assignments Our approach to the contract issues will be based on the type of assignment. For the development of roadway plans for a specific corridor with well defined phase submittal, A&P has Oracle web-based tools and E-business suite, which generate earned value base on the estimated physical percent completed (PPC), and also calculate the cost to date and forecast the cost to complete for each task. These tools provide the necessary information for the preparation of the monthly progress report which are submitted and approved by the Village Project Manager, prior to processing the invoice. The success of every project depends on the following four major elements: 1. The objectives and scope of the project are fulfilled 2. The budget of the project in not exceeded. 3. The schedule of the project is met. 4. The project quality meets the Village Standards and expectations.We believe that each assignment / project on this contract must have a work plan, which has the purpose of promoting efficiency by organizing all tasks and their completion within budget and schedule. APPROACH TO PROJECT MANAGEMENT: A&P’s Project Management Approach is to establish the project requirements, set the basis for controlling scope, schedule, and budget of the project tasks as well as describe the principal responsibilities and authority of the project participants. At A&P we understand the necessity of successfully completing project goals within the predetermined schedule and budget. The A&P Team will provide the Village of Key Biscayne with a qualified management and technical staff to develop a set of contract documents that will be functional, cost effective, biddable, and maintainable. We will use a “hands-on” Project Management approach to effectively satisfy the contract conditions. Our streamlined production-oriented team, with state-of-the-art resources, allows us to complete project assignments quickly with a high level of technical and professional quality. When we received Notice to Proceed (NTP) the A&P Team will schedule a meeting with the Village’s Project Manager to discuss the proposed scope of services and will go to the field to fine tune the different items included in the scope of services. This initial field review will include videotaping/pictures of existing conditions to help in defining project issues and deficiencies. One week after the field meeting, the A&P Project Manager, Mr. Eithel M. Sierra, P.E., will coordinate with the Village’s Project Manager to finalize the scope. Below we describe a set of management activities that our team will employ to successfully manage this project. A&P Management Approach: This approach is based on the professionalism. We fully understand the need to successfully complete project goals within the limitations of tight schedules and within the budget constraints. Further, we take responsibility for our assignment and take pride in our work. Our management approach to this contract will include the following elements: • A streamlined, production-oriented team. • An experienced staff and state-of-the-art resources necessary to complete project assignments to a high level of technical and professional quality • Providing a complete set of plans that emphasizes on constructability and maintainability requirements to reduce negative impacts to the traveling public during construction and thereafter. • Completing projects on schedule and within budget. • Hosting bi-weekly production meeting including sub-consultants. A&P will develop a detailed Project Activity/Events Schedule within ten days after NTP to detail specific project activities and duration associated with each of the phase submittals, as we strive to meet the Village’s proposed production date. Our Project Manager will review the Project Activities on a monthly basis with Senior Project Staff and related sub-consultants Managers to ensure that all design activities and milestones are completed on-schedule. The proposed project schedule will be accompanied a Payout Curve. The schedule and curve will be updated throughout the life of the project and, with the Village’s approval, they will be adjusted as necessary. This will allow the Village to maintain the design cost in check. Our team knows the importance of checking the construction cost and will update it at each phase submittal. Budget Monitoring and Control: A&P will develop and implement a Project Cost Breakdown Structure (PCBS) based on a logical organization of the work with flexibility to adjust to evolution of the project. The PCBS will include all tasks and any overall management tasks but will be primarily directed towards deliverables. The PCBS will be the basis for identifying schedule activities and monitoring cost. The PM has already identified Task Leaders responsible for administering each PCBS. For example, PCBS for this project will include each discipline and the Task Leader will be responsible for that PCBS. We will also develop standard cost control reports for every level of the PCBS, consistent with the schedule and will track original budget, earned value, approved changes, current budget, current expenditures, estimate to complete, pending changes, and anticipated changes. The cost reports will compare planned versus actual expenses and will identify variances at the cost account level; PCBS managers are responsible to explain any variances. The Project Manager will conduct bi-weekly monitoring of cost accounts, which in turn will allow the Project Manager to identify negative cost trends, determine the root cause of the variances, and establish corrective actions to rectify the situation. Project Reporting: A&P will distribute meeting minutes within 3 working days of any meeting. Action items resulting from the meeting will be identified, including a responsible individual for each action and a deadline. Action items will be entered into a tracking database and will be reviewed by the Project Manager on a weekly basis. Monthly status reports will be the primary method for offcially communicating the status of the project. The Project Manager will prepare these reports with support from the project staff. This report will include cost and schedule updates, variance analyses, recommended corrective actions, and updated forecasts. The status report will also include an executive summary with narratives regarding the accomplishment of the previous month, projected activities for the following month, and identification of any issues that may have arisen along with suggested approaches and resolutions. Project Kick-Off Meeting: We will begin with a kick-off meeting to identify the key participants, to discuss the project purpose and goals, to define team member roles and responsibilities, and to identify expectations. The planning and scheduling of the implementation conference will be the responsibility of our Project Manager, working in conjunction with the Village of Key Biscayne’s PM. Sub-Consultant Coordination: A&P planning, design, and construction management capabilities have been augmented with two local sub- consultants for surveying, and Landscape Architecture Design. Each firm will be given a specific scope, budget, and schedule. Our Project Manager will meet with each sub-consultant on a monthly basis to coordinate key technical issues, schedule requirements, and upcoming work. If the sub- consultant falls behind schedule, the firm will be required to add staffing until the progress meets the schedule. Value Engineering Approach: The A&P Team understands that value engineering is a beneficial tool used to provide clients with improved functionality, maintainability, and cost savings. Value engineering and lifecycle cost analyses are directed at optimizing lifecycle and construction costs while ensuring appropriate project quality. A&P will coordinate with the Village of Key Biscayne during the Pre-Design Phase to address any value engineering possibilities. A&P’s Project Manager and lead designer will provide the required calculations and design documentation to support the Value Engineering process. The Value Engineering process will be conducted in accordance with the five phases of the Value Engineering Job Plan, namely, investigation, speculation, evaluation, development and presentation. Investigation involves the gathering of information on the existing design as well as the requirements and constraints of the owners, users or stakeholders. This is followed by speculation and evaluation. Speculation is essentially brainstorming for alternative solutions while evaluation is the refining, combination and comparison of the ideas generated in the speculation phase. In the development phase, detailed alternatives will be developed based on the evaluation phase, and finally, the presentation phase will involve the presentation of the findings of the study in a written report to the Village. A&P’s QA/QC: Quality Control and Assurance begins with A&P’s commitment with the Village of Key Biscayne to provide qualified, experienced professionals. This will be achieved through an experienced Project Manager that is supported by an independent Quality Assurance Engineer, and by the assignment of senior staff capable of effectively planning, communicating, supervising and providing technical direction. Two weeks prior to submittal of all project documents, an independent peer review will be conducted to make sure that all items have been accomplished. Following this evaluation, the Quality Control Engineer will also perform an independent review of the project documents and will take into consideration the technical content, the format and presentation. In addition, he will review each document, to guarantee that all project goals and objectives are met. • Constructability / Bidability Review - A Constructability/Bidability Review Team comprised of two register Professional Engineers, Erik Sibila and Nelson Perez, will support the QA/QC Team. Both are extremely knowledgeable in roadway and bridge construction. Two weeks before each submittal, they will review the plans to identify errors and identify ways to improve the design and schedule. All omissions and foreseeable problems that can have an adverse impact on the construction cost or duration will be eliminated. In addition, an in-depth bidability review will be done prior to the 90% submittal. This will ensure that all items of work are covered by appropriate pay items and notes. • Sub-Consultant Quality Control - A&P requires that our sub-consultants mirror our level of diligence and care in the performance of services. For planning and design related services sub-consultant are expected to submit a quality program for review and approval by our Project Manager. For this project, the Quality Control Engineer will be Mr. Antonio G Acosta, a Professional Engineer with over 45 years of experience working in the production of roadway plans. With each project submittal, the Project Manager will ensure that all production related checks have been completed and that the document is ready for an independent Quality Control Review by the Quality Control Engineer. A&P’s plan of action to implement our design philosophy is based on our Technical and Management Approach to the project. Shown below is a list of required Technical Activities necessary for the design of a complete set of construction documents for a Civil Engineering/Roadway project. • Our Project Manager will schedule a meeting with the Village’s Project Manager and staff when we received Notice to Proceed (NTP). At this meeting we will discuss the proposed scope of work. After the meeting our design team will perform field visits to fine tune the different tasks included in the scope of services; we encourage the Village staff to participate in our initial field review so we can establish our lines of communication and we can learn from the staff. Within one week of the field review meeting, we will provide a revised scope of services including all required tasks, a detailed man-hour estimate, a fee proposal, and a project schedule. • Once the scope is approved and negotiations with the Village are complete. A&P will begin gathering pertinent design data such as survey information, existing right of way maps, existing utility information, and geotechnical investigation. • Our Initial Engineering Phase will begin once all pertinent information is received. In this phase we will submit the following, as applicable: Typical Section Package, Pavement Design Package, Project Network Control Sheets, Right of Way Maps, Lighting Justification Report, Access Management Plan, Design Exceptions and Variation Package, Community Awareness Plan, Preliminary Construction Cost Estimate, Conceptual Traffic Control Plan, Conceptual Drainage Report and Approved Project Quality Control Plan. • Plans Production Phase will follow Initial Engineer. During this phase we will complete the following activities: Approved Environmental Permits, Utility Relocation Schedules, Rail Road Agreements, Technical Special Provisions, Standard Specification Package, Computation Book, Roadway Plans, Traffic Control Plans, Signing and Pavement Marking Plan, Signalization Plans, Lighting Plans, Utility Relocation Plans, Landscape Plans. • At the production complete date, the following documentation will be provided to the Village’s Project Manager: Signed and Sealed Construction Documents including plans, specifications, technical special provisions, railroad and utility certifications, approved environmental permits, and R/W certifications. Approach to Handling of Potential Projects and Timeliness: The Village of Key Biscayne and its residents deserve a team that is dedicated, forward-thinking, and responsive to their needs. Over the past 25 years, A&P Consulting Transportation Engineers (A&P) has been afforded the privilege to serve many municipalities and our team looks forward to serving the Village through this solicitation. Based on our experience, the Village will required a team that is well-versed in all applicable criteria and standards such as Florida Department of Transportation (FDOT), Miami-Dade County Public Works Department (M-D PWD), Miami-Dade County Department of Regulatory & Economic Resources (DRER), M-D County Department of Environmental Resources Management (M-D DERM), M-D County Water and Sewer Department (M-D WASD), the State of Florida Department of Health (FDOH), the State of Florida Department of Environmental Protection (FDEP) and the South Florida Water Management District (SFWMD), as well as Florida Building Code (FBC). Our team will use multifaceted approach to provide a superior level of service to the Village that will focus on efficiency and quality; to accomplish this, we will devote ourselves to the Village. Our approach focuses on: 1. Maintaining open lines of communication with the Village: During and between assignments, we will maintain open lines of communication with the Village and its residents. Based on our experience, communication with the Village will allow us to provide a superior product to our clients. For example, we were approached by a resident during a field review for a recent project and were made aware of several deficiencies. Once the deficiencies were verified, we coordinate with the Project Manager and were able to include additional pedestrian improvements to the scope of work based on the resident’s concerns. We are aware that increasing a project’s scope it not always feasible, but you can be assured that your citizens will have our undivided attention and the Village will always receive our superior professional services. 2. Identifying scope of work, budget, and schedule quickly: Our open lines of communication will allow the Village to give us advance notice of upcoming assignments. In turn, this will allow us to preemptively assess the scope of work for each assignment. Once we officially receive the assignment, we will meet with the Village immediately to discuss the preliminary scope, budget, and schedule. Within one week, our staff will conduct an interdisciplinary field review in order to identify any changes to the scope that may impact the budget or schedule. Based on the field review, we will coordinate with the Village to finalize the scope, budget, and schedule. Finally, we will provide a detailed man-hour estimate, fee proposal, and a project schedule. 3. Assigning our team’s personnel efficiently: Based on the scope of work and our understanding of the Village’s needs, we will assign our most appropriate and available staff. We have used this method with other municipalities with great success, such as with the Village of Key Biscayne. Our method personnel assignment also benefits from our team’s familiarity because this team has worked together for over 10 years. This intensive effort results in a cohesive team that is prepared to address the scope of work efficiently and effectively while reducing liabilities for the Village. 4. Managing the contract and all assignments proactively: Although the task of managing several assignments concurrently is complex, our Project Manager Eithel M. Sierra, P.E. has over 25 years managing this type of contract; he will be the Village’s point of contact and coordinate between all disciplines as necessary. With his expertise, the Village will have a dedicated Project Manager that is responsive to the Village’s needs and can proactively identify and remedy all potential unforeseen issues. If required, our Project Manager will also serve as a liaison between the Village and impacted residents or business throughout the life of the contract; he will also be responsible for acquiring all permits as well as executing the assignments on-time and on-budget. 5. Documenting progress and completion of each assignment: As part of our commitment to open communication and efficient delivery, the Village will be kept abreast of each assignment throughout the life of this contract. Although the Village may request status updates at any time, we will provide an update for each assignment at least once each month. These monthly progress reports will identify the contract time elapsed, contract money spent, completed task, and pending issues. Any revisions to the budget or schedule will also be submitted as part of the monthly progress reports. Our meticulous documentation will allow the Village to clearly understand each assignment’s status and document precisely what has happened throughout the life of the project. This method also simplifies the Village’s internal documentation of our work throughout the contract’s duration. 6. Fostering a cooperative relationship with the Village: Ultimately our team is aware of the scope associated with this contract and understand that the Village needs a partner to execute its work program efficiently. As indicated by our track record, we will provide the Village with a strategic partner that is fully-invested and devoted. Because of our team’s structure and experience, we will be able to work together with the Village throughout the life of this contract. We take pride in our work and are excited for this opportunity to engage with the Village to provide the services it deserves. Each facet of our approach is integral, and when combined, will provide a team of local professionals ready to address the Village’s need as efficiently and effectively as possible. Whether the scope ranges from preliminary to final design, our team has maintained an extensive working history that will benefit the Village. Because we have all worked together extensively, we will avoid any potential delays associated with miscommunications or learning how to work together. Further, we will provide context sensitive solutions and tailor our services to best suit the Village’s and its residents’ needs. PUBLIC / PRIVATE CLIENT LIST CLIENT NAME:CONTACT NAME:DURATION OF CLIENT RELATIONSHIP: CONTRACT MANAGER: Antonio Acosta, P.E. Miami Dade Expressway Authority Gil Portela, P.E. GEC A Project Manager Ph: 305-673-7080 Email: gportela@HNTB.com Date Started: 2011 Date Ended: 2019 City of Doral Eugene Collings-Bonfill, P.E. PSM, DBIA, PMP, CFM Assitant Director/Chief of Engineering Ph: 305-593-6740 Ext. 6017 Email: eugene.collings@cityofdoral.com Date Started: 2008 Date Ended: On-Going City of Miami Beach Nelson Perez-Jacome, P.E. City Engineer Ph: 305-673-7080 Email: nelsonperez-jacome@miamibeachfl.gov Date Started: 2004 Date Ended: On-Going Florida Department of Transportation District VI Elsa Riverol, P.E. Senior Project Manager Ph: 305-470-5105 Email: elsa.riverol@dot.state.fl.us Date Started: 1994 Date Ended: On-Going M-D Department of Transportation and Public Works - Traffic Signals and Signs Division Evelin Legcevic, P.E. Traffic Engineering Manager Ph: 786-637-3597 Email: Evelin.Legcevic@miamidade.gov Date Started: 2014 Date Ended: On-Going PROJECT MANAGER: Osmany Alfonso, P.E. City of Doral Eugene Collings-Bonfill, P.E. PSM, DBIA, PMP, CFM Assistant Director/Chief of Engineering Ph: 305-593-6740 Ext. 6017 Email: eugene.collings@cityofdoral.com Date Started: 2016 Date Ended: 2017 M-D Department of Transportation and Public Works Juan Santandreu, P.E. Project Manager Ph: 305-815-9553 Email: juan.santandreu@miamidade.gov Date Started: 2017 Date Ended: On-Going (Construction) City of South Miami Aurelio Carmenates, P.E. Public Works & Engineering Ph: 305-403-2072 Email: acarmenates@southmiamifl.gov Date Started: 2021 Date Ended: On-Going Florida Department of Transportation District IV Alexander Estrada Project Manager Ph: 954-777-4090 Email: alexander.estrada@dot.state.fl.us Date Started: 2020 Date Ended: On-Going Florida Department of Transportation District VI Ivette Funtanellas, PE Project Manager Ph: 305-470-5270 Email: ivette.funtanellas@dot.state.fl.us Date Started: 2019 Date Ended: On-Going 1 GEOSOL, Inc. Miami-Dade County Small Business Development (SBD) Certification miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 November 12, 2019 Oracio Riccobono GEOSOL, INC. 5795-A NW 151ST STREET MIAMI LAKES, FL 33014 Approval Date: November 6, 2019 - Small Business Enterprise - Architectural & Engineering (SBE-A&E) Anniversary Date: October 31, 2020 Dear Oracio Riccobono, Miami-Dade County Small Business Development (SBD), a division of Internal Services Department (ISD), is pleased to notify you of your firm’s continuing eligibility as a certified Small Business Enterprise - Architectural & Engineering (SBE-A&E). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County’s Codes. Your firm is certified in the categories listed below. The Small Business Enterprise - Architectural & Engineering (SBE-A&E) certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility. Your firm’s name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County’s SBD website: http://www.miamidade.gov/smallbusiness/certification-lists.asp. If there is a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on-going business relationships with other firms or individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm’s certification. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. If you have any questions or concerns, you may contact our office at 305-375-3111 or email sbdcert@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) MDC-TCC 09-01: DRILLING, SUBSURFACE INVESTIGATIONS AND SEISMOGRAPHIC SERVICES MDC-TCC 09-02: GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES NAICS 541330: ENGINEERING SERVICES 2 GEOSOL, Inc. Miami-Dade County A/E Certification 5/23/2019 Pre-Qualification Certificate - Returning Vendor Self-Service Portal https://www.miamidade.gov/Vendor/TechnicalCertification/PQC_PrintCertificate 1/1 Miami-Dade County Internal Services Department Architecture/Engineering (A/E) Pre-Qualification Certificate This certificate is hereby issued to:GEOSOL INC 5795 NW 151ST ST SUITE A, Miami Lakes, FL 33014-0000 Approval Date:   05/22/2019   Expiration Date: 05/31/2020   The above name applicant is pre-qualified to provide professional A/E services for Miami-Dade County for the period indicated above. The applicant has committed its firmto comply with the specific conditions listed below: 1. Pre-Qualified to offer professional services only in the Miami-Dade County technical categories shown in the “Statement of Technical Qualifications.” All technical category restrictions must be strictly adhered to. 2. Pre-Qualification Certification (PQC) consolidates the technical certification, affirmative action plan, and vendor registration into one streamlined certification process resulting in the issuance of a Pre-Qualification Certificate. 3. Report any significant changes, such as contact person, qualifier, ownership, firm address, etc., by login on the Self-Service Portal at www.miamidade.gov/vendor within 30 days of such a change. Failure to report said changes to the County may result in the immediate suspension or termination of your firm’s Pre-Qualification Certification. 4. Failure to renew your firm’s PQC at least thirty (30) days prior to your firm’s current expiration date may result in the suspension and/or termination from County programs and current or future contracts until your firm’s Pre-Qualification Certification has been properly renewed. Any lapses in the certification of any of the required PQC areas (vendor registration, affirmative action plan, or technical certification) will result in a lapse in your PQC. Firms are responsible for observing and adhering to all submission deadlines. 5. Any renewal applications and/or supporting documents submitted after the application deadline might delay the review of your firm’s PQC certification to the nextavailable Technical Certification Committee meeting. The PQC application, submission deadlines, and the Technical Certification Committee meeting calendar can be found on Procurement Management web site located at: http://www.miamidade.gov/internalservices/prequailification-certification.asp 6. Permit Miami-Dade County representatives to have access during normal business hours to audit books and records to verify information submitted with thisapplication. This right of access shall commence on the approval date of this certificate and shall terminate on its expiration date. Please note that if at any time Miami-Dade County’s has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, the County may refer the matter to the State Attorney’s Office and/or other investigative agencies, initiate debarment procedures, and/or pursue sanctions or other legal remedies in accordance with Miami-Dade County policy and/or applicable federal, state and local laws.  Approved By  Technical Certification Committee  Miami-Dade County 5/23/2019 Technical Certificate - Returning Vendor Self-Service Portal https://www.miamidade.gov/Vendor/TechnicalCertification/TC_PrintCertificate 1/1 Miami-Dade County Internal Services Department Statement of Technical Certification Categories Firm: GEOSOL INC  5795-A NW 151st Street, A, Miami Lakes, FL 33014  Approved By  Technical Certification Committee  Miami-Dade County   Code Category Description Approval Date Expiration Date 9.01 SOILS, FOUNDATIONS AND MATERIALS TESTING - DRILLING, SUBSURFACE INVESTIGATIONS AND SEISMOGRAPHIC SERVICES 05/22/2019 05/31/2021 9.02 SOILS, FOUNDATIONS AND MATERIALS TESTING - GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES 05/22/2019 05/31/2021 3 GEOSOL, Inc. State of Florida Professional Engineers License Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GEOSOL, INC. Do not alter this document in any form. 5975-A NW 151ST STREET LICENSE NUMBER: CA8530 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI LAKES FL 33014 Always verify licenses online at MyFloridaLicense.com Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RICCOBONO, ORACIO Do not alter this document in any form. 5168 LAKEWOOD DRIVE LICENSE NUMBER: PE49324 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. COOPER CITY FL 33330 Always verify licenses online at MyFloridaLicense.com 4 GEOSOL, Inc. Miami-Dade Local Tax Receipt 1 Longitude Surveyors, LLC State of Florida Certification State of Florida Department of State I certify from the records of this office that LONGITUDE SURVEYORS,LLC is a limited liability company organized under the laws of the State of Florida, filed on March 12, 2004. The document number of this limited liability company is L04000019574. I further certify that said limited liability company has paid all fees due this office through December 31, 2020,that its most recent annual report was filed on April 21, 2020,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Twenty-first day of April,2020 Tracking Number: 7610155285CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 2 Longitude Surveyors, LLC Professional Surveyor Licenses State of Florida Department of State I certify from the records of this office that A & P CONSULTING TRANSPORTATION ENGINEERS CORP. is a corporation organized under the laws of the State of Florida,filed on January 17, 1995. The document number of this corporation is P95000003950. I further certify that said corporation has paid all fees due this office through December 31, 2021,that its most recent annual report/uniform business report was filed on January 6, 2021,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Sixth day of January, 2021 Tracking Number: 6471361658CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication State of Florida Certification 2/25/2020 Mr. Antonio G. Acosta, P.E. President A&P Consulting Transportation Engineers, Corp. 8935 NW 35 Street, Suite #2005 Doral, Florida 33172 RE: Local Business Certification Dear Mr. Acosta, The Miami-Dade Expressway Authority (“MDX”), is in receipt of the Local Business Certification Application inclusive of all required documentation, (the “Application”), submitted by your firm, (the “Applicant”). MDX has reviewed and processed the Application pursuant to the requirements of the MDX Local Business Participation Policy (the “Policy”). Based on the information included in the Application, MDX hereby certifies the Applicant as a Local Business that has met the criteria described in the Policy. This certification is valid for one (1) year from the effective date on this letter, conditioned upon the Applicant’s continuous compliance with the criteria described in the Policy. It is the responsibility of the Applicant to ensure its annual recertification prior to expiration. To avoid a lapse in certification, the Applicant shall submit a completed Application along with required documentation to MDX in sufficient time to allow for processing. An Applicant that provides fraudulent information on the Application or misrepresents its qualifications as a Local Business in a Proposal or Bid submitted to MDX will lose the privilege to Local Business Certification for a period of up to two (2) years. In addition, the firm may be suspended from all future MDX procurements for a period not to exceed two (2) years from the date the misrepresentation was discovered by MDX. It is the responsibility of the Applicant to notify MDX of any changes in the information provided in the Application that may affect the Applicant’s certification status. In addition, MDX reserves the right to require further verification and updated information at any time. Should you have any questions, please feel free to contact me. Sincerely, Jacqueline Buitrago Jacqueline Buitrago, CPPB Procurement Manager CERTIFICATION #: 10 - 09 - 1062 - 11 EFFECTIVE DATE: 02 / 25 / 2020 EXPIRATION DATE: 02 / 24 / 2021 Miami-Dade Expressway Authority Local Certification Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 KEVIN J. THIBAULT, P.E. SECRETARY Safety, Mobility, Innovation www.fdot.gov February 5, 2021 Antonio Acosta, President A & P CONSULTING TRANSPORTATION ENGINEERS CORP. 8935 NW 35th Lane, Suite 200 Doral, Florida 33172 Dear Mr. Acosta: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.2 - Major Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 - Intelligent Transportation Systems Software Development Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Safety, Mobility, Innovation www.fdot.gov Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI 10.5.1 - Major Bridge CEI - Concrete Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2021 for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense 200.92% 148.63% 0.009% Reimbursed No 2.75% 12.61%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator CBHK/kw Florida Department of Transportation Certification Miami-Dade CountyInternal Services DepartmentStatement of Technical Certification Categories Firm: A & P CONSULTING TRANSPORTATION ENGINEER 8935 NW 35th Lane, 200, Doral, FL 33172 Code Category Description Approval Date Expiration Date 1.01 TRANSPORTATION PLANNING - URBAN AREA AND REGIONAL TRANSPORTATION PLANNING 07/03/2019 07/31/2021 2.01 MASS TRANSIT SYSTEMS - MASS TRANSIT PROGRAM (SYSTEMS) MANAGEMENT 07/03/2019 07/31/2021 2.02 MASS TRANSIT SYSTEMS - MASS TRANSIT FEASIBILITY & TECHNICAL STUDIES 07/03/2019 07/31/2021 2.04 MASS TRANSIT SYSTEMS - MASS TRANSIT CONTROLS, COMMUNICATIONS & INFORMATION SYSTEMS 07/03/2019 07/31/2021 2.05 MASS TRANSIT SYSTEMS - GENERAL QUALITY ENGINEERING 07/03/2019 07/31/2021 3.01 HIGHWAY SYSTEMS - SITE DEVELOPMENT AND PARKING LOT DESIGN 07/03/2019 07/31/2021 3.02 HIGHWAY SYSTEMS - MAJOR HIGHWAY DESIGN 07/03/2019 07/31/2021 3.02A HIGHWAY SYSTEMS - TUNNEL DESIGN 07/03/2019 07/31/2021 3.02B HIGHWAY SYSTEMS - MINOR HIGHWAY DESIGN 07/03/2019 07/31/2021 3.03 HIGHWAY SYSTEMS - BRIDGE DESIGN 07/03/2019 07/31/2021 3.04 HIGHWAY SYSTEMS - TRAFFIC ENGINEERING STUDIES 07/03/2019 07/31/2021 3.05 HIGHWAY SYSTEMS - TRAFFIC COUNTS 07/03/2019 07/31/2021 3.06 HIGHWAY SYSTEMS - TRAFFIC CALMING 07/03/2019 07/31/2021 3.07 HIGHWAY SYSTEMS - TRAFFIC SIGNAL TIMING 07/03/2019 07/31/2021 3.08 HIGHWAY SYSTEMS - INTELLIGENT TRANSPORATION SYSTEMS ANALYSIS, DESIGN, AND IMPLEMENTATION 07/03/2019 07/31/2021 3.09 HIGHWAY SYSTEMS - SIGNING, PAVEMENT MARKING, AND CHANNELIZATION 07/03/2019 07/31/2021 Approved By Technical Certification Committee Code Category Description Approval Date Expiration Date 3.10 HIGHWAY SYSTEMS - LIGHTING 07/03/2019 07/31/2021 3.11 HIGHWAY SYSTEMS - SIGNALIZATION 07/03/2019 07/31/2021 3.12 HIGHWAY SYSTEMS - UNDERWATER ENGINEERING INSPECTION 01/08/2020 07/31/2021 4.01 AVIATION SYSTEMS - ENGINEERING DESIGN 07/03/2019 07/31/2021 5.01 PORT AND WATERWAY SYSTEMS - ENGINEERING DESIGN 07/03/2019 07/31/2021 5.10 PORT AND WATERWAY SYSTEMS - TRANSPORTATION SYSTEMS DESIGN 07/24/2019 07/31/2021 6.01 WATER AND SANITARY SEWER SYSTEMS - WATER DISTRIBUTION AND SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 07/03/2019 07/31/2021 6.01A WATER AND SANITARY SEWER SYSTEMS - UTILITY TUNNELING FOR WATER DISTRIBUTION AND SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 07/03/2019 07/31/2021 6.02 WATER AND SANITARY SEWER SYSTEMS - WATER AND SANITARY SEWAGE PUMPING FACILITIES 07/03/2019 07/31/2021 6.03 WATER AND SANITARY SEWER SYSTEMS - WATER AND SANITARY SEWAGE TREATMENT PLANTS 07/03/2019 07/31/2021 8.00 TELECOMMUNICATION SYSTEMS 07/03/2019 07/31/2021 10.01 ENVIRONMENTAL ENGINEERING - STORMWATER DRAINAGE DESIGN ENGINEERING SERVICES 07/03/2019 07/31/2021 11.00 GENERAL STRUCTURAL ENGINEERING 07/03/2019 07/31/2021 12.00 GENERAL MECHANICAL ENGINEERING 07/03/2019 07/31/2021 13.00 GENERAL ELECTRICAL ENGINEERING 07/03/2019 07/31/2021 16.00 GENERAL CIVIL ENGINEERING 07/03/2019 07/31/2021 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 07/03/2019 07/31/2021 Miami-Dade County A/E Certification Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES A & P CONSULTING TRANSPORTATION ENGINEERS CORP. Do not alter this document in any form. 10305 NW 41 STREET LICENSE NUMBER: CA7797 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 115 MIAMI FL 33178 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ACOSTA, ANTONIO G Do not alter this document in any form. 8935 NW 35TH LANE LICENSE NUMBER: PE40845 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 200 DORAL FL 33172 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GIL-MERA, CARLOS M Do not alter this document in any form. 8935 NW 35 LANE SUITE 200 LICENSE NUMBER: PE43953 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. DORAL FL 33172 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ALFONSO, ARNELIO Do not alter this document in any form. 12211 SW 81 TER LICENSE NUMBER: PE52566 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33183 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SIERRA, EITHEL M. Do not alter this document in any form. 15784 S.W. 90TH TERRACE LICENSE NUMBER: PE55401 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33196 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ESPINO, ELIO ROBERTO Do not alter this document in any form. 8935 35 LANE LICENSE NUMBER: PE58341 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 200 DORAL FL 33172 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ALFONSO, OSMANY Do not alter this document in any form. 4620 SW 156 PLACE LICENSE NUMBER: PE61601 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33185 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MARTINEZ, EDUARDO LUIS Do not alter this document in any form. 7884 N.W. 197TH STREET LICENSE NUMBER: PE52023 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. HIALEAH FL 33015 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GUON, ALEX F. Do not alter this document in any form. 624 NW 135TH CT LICENSE NUMBER: PE53247 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33182 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LEON, ALEJANDRO A. Do not alter this document in any form. 14881 SW 43 STREET LICENSE NUMBER: PE74675 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33185 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ROJAS, MARIO BENITO Do not alter this document in any form. 10520 SW 75TH LANE LICENSE NUMBER: PE89097 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33173 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES HERNANDEZ, HIRAM Do not alter this document in any form. 10791 SW 67TH DRIVE LICENSE NUMBER: PE41935 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33173 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SIBILA, ERIK Do not alter this document in any form. 14242 SW 49TH STREET LICENSE NUMBER: PE74663 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33175 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ROVIRA, JANS U. Do not alter this document in any form. 905 BRICKELL BAY DRIVE LICENSE NUMBER: PE54724 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. APARTMENT #1427 MIAMI FL 331310000 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES FERRERO, LAZARO Do not alter this document in any form. 9861 SW 2ND STREET LICENSE NUMBER: PE58025 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33174 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LAMAZARES, ROBERTO Do not alter this document in any form. 8960 W FLAGLER STREET LICENSE NUMBER: PE86416 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. UNIT 4 MIAMI FL 33174 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RUPERT, RONDA RAE Do not alter this document in any form. 4004 CASCADA CIRCLE LICENSE NUMBER: PE63962 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. COOPER CITY FL 33024 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ADDINE, YURIEL Do not alter this document in any form. 12015 SW 110TH ST CIR E LICENSE NUMBER: PE82539 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33186 Always verify licenses online at MyFloridaLicense.com State of Florida Professional Engineers License State of Florida Professional Engineers License State of Florida Professional Engineers License AVAILABLE FACILITIES, TECHNOLOGICAL CAPABILITIES OUR TEAM MEMBERS HAVE AN OUTSTANDING RECORD OF DELIVERING WORK ON-TIME AND ON BUDGET, WHILE INNOVATING TO SAVING HUNDREDS OF MILLIONS OF DOLLARS DELIVERING PROJECTS LIKE THOSE INCLUDED IN THIS CONTRACT. A&P FREQUENTLY IDENTIFIES CREATIVE SOLUTIONS TO ACCELERATE PROJECT SCHEDULES AS NEEDED AND WILL DO THE SAME THROUGHOUT THIS CONTRACT. An innovative idea that A&P have performed in the past on a CEI Project is to open a live computer “screen sharing” session via Zoom or MS Teams with the contractor that allows us to go over the errors in logic or activity attributes in their schedule. This method is efficient and reduced time spent on schedule updates. An additional innovative idea that we offer is to provide the Village with bi-weekly “hot issues” related project progress, problems, delays, environmental, safety, maintenance of traffic, and public information concerns. The hot issues email (typically distributed on Fridays) will also provide the Village with a summary of the work performed in the previous week and will include several representative project photos indicating the completed work. On another one of our projects the M-D Underline Phase II, we provided the client ands the Friend of the Underline with the public presentation for their public meeting in which over 300 persons attended it virtually. On that presentation we also had several slides to have the audience participate live with the inclusion of Slido and we could poll them with questions through the presentation. Another example of our innovative capabilities is in the area of data collection, including traffic volume and classification, pedestrian/bicycle counts, travel time, delay studies, speed data, and gap analysis. We have installed “in-cabinet” Bluetooth devices for continuous collection of travel time and origin-destination data. On the I-395 Reconstruction project we utilized video data processing platforms and devices such as the Miovision cameras to perform traffic counts and have the added advantage of keeping the video recording for further review, data validation and a quality control check. We also use drones, when possible, to perform operational assessments on a larger scale. The use of drones allows for the identification of a wide range of traffic parameters such as build-up and dissipation of queues, queue lengths, spill back onto thru lanes, etc. This approach overcomes the limitations of traditional data collection methods by assessing operations over a long corridor, at interchange ramps to be able to see impact onto the mainline, and over an arterial network. A&P currently has two certified FAA Remote Pilots on staff. We just moved into our state of the art new headquarter in Doral, which has everything needed to be able to have virtual meetings if necessary with the Village. All of our employees have video capabilities in their desktops, we also have an 80-inch touch screen monitor and a Logitech Premium PTZ camera with Ultra-HD imaging system and automatic camera control in the main conference room. Network description: Computers: ~100 PC with Windows 10, high performance DELL computers, 5 Physical DELL servers, 16 virtual Servers with Windows Server using VMware technology, All systems with Symantec Antivirus, Network devices are all with Cisco Technology: Switches, routers, Firewalls, Secured remote access with Cisco AnyConnect clients, 2 Internet providers for redundancy: Mail System with Office 365 with enforced Security, VoIP technology for telephony, Smart conferences rooms equipped with computers, smart TVs, printers, and voice meetings technologies, High speed printers and scanners, two full size plotters and scanners. RESOURCES: A&P Team Members are committed through the duration of this contract. This contract is our top priority. We have carefully planned our team members’ workload, specifically the inspection staff, to ensure that their availability is not compromised by other significant / project commitments, thus allowing us to fully leverage our best resources to support you in the delivery of this contract. STRUCTURES ENGINEERING WATER RESOURCES ENGINEERING SUPPORT SERVICES TRAFFIC AND TRANSPORTATION ENGINEERING SPECIAL PROJECTS ADRIAN ALFONSO, P.E. Structural Project Engineer LAZARO FERRERO, P.E. Senior Drainage Project Engineer IVONNE PLANAS, P.E. Senior Water Resources Project Engineer LONGITUDE SURVEYORS Surveying GEOSOL, INC. Geotechnical ELIO ESPINO, P.E., PHD, PTOE Traffic and Transportation Engineering Project Manager JENNIFER BORGES, P.E., PTOE Traffic Project Engineer HIRAM HERNANDEZ, P.E Signal Systems Senior Project Engineer DIMA POE, P.E. Traffic Engineer Intern JUAN PEÑA, E.I. Signal Systems Senior Engineer ELOY LEE Signal Systems Senior Engineer ALEXIS GONZALEZ, E.I. Traffic Engineer Intern JULIANNA MARULANDA Traffic Engineer HECTOR VARGAS, E.I. Traffic Engineer Intern YERILY DIAZ, E.I. Traffic Engineer Intern LISSETTE GUON, E.I. Senior Designer-Signalization FABIO SOTO, E.I., IMSA II Traffic Engineer Intern LEANNE GARCIA, E.I. Traffic Engineer Intern JAVIER RODRIGUEZ, E.I. Traffic Engineer Intern ERYAM DASA-SANCHEZ Traffic Technician CECELY RODRIGUEZ Traffic Technician ROBERTO LAMAZARES, P.E. Water Resources Project Engineer TANIA FERNANDEZ Water Resources Engineer JULIAN GOMEZ, E.I. Water Resources Engineer VIVIAN MARTINEZ Water Resources EngineerHEILY REVOLL, E.I. Junior Drainage Engineer ROCIO TRIMINO GORT, E.I. Junior Drainage Engineer ANGELA BARON, P.E. Drainage Project Engineer ARLENE SANCHEZ, E.I. Drainage Engineer MAGALI ALFONSO Drainage Engineer ALEJANDRO LINCHENAT, E.I. Structural Engineer NAIROBI PEREZ Structural Engineer OSMANY ALFONSO, P.E. Structural Engineering Project Manager ARNELIO ALFONSO, P.E. Water Resources Engineering Project Manager EITHEL M. SIERRA, P.E. Civil Engineering Project Manager ALEX S. YI, P.E. Senior Roadway Project Manager Special Projects JANS ROVIRA, P.E. Project Administrator NELSON V. PEREZ, P.E. Project Engineer RUBEN VEGA Senior Inspector ALEX MILZ, P.E. Senior Inspector CHRISTOPHER SOTO, E.I. Senior Inspector YURIEL ADDINE, P.E. Project Engineer NELSON CASTILLO, P.E. Project Engineer RICARDO LACABA Senior Inspector ERIK SIBILA, P.E. , M.S.C.E., ENV SP, C.G.C. Construction Engineering and Inspection Project Manager ALEX GUON, P.E. Senior Electrical Project Engineer RICARDO BATISTA, E.I. Electrical Engineer YOHAMIS MORIYON CADD Technician DAVID SIGLER, E.I. Electrical Engineer EDUARDO MARTINEZ, P.E. Senior Electrical Project Manager ORGANIZATIONAL CHARTRequest for Qualifications No. 2021-08 CONTINUING ARCHITECTURAL & ENGINEERING SERVICES Village of Key Biscayne A&P Consulting Transportation Engineers, Corp. ALINA PHILIPP LAP Contract Administrator EDUARDO VEGA, P.E., MSCM. JOSE G. LOPEZ, P.E. GOVERNMENTAL LIAISON / QA/QC AND TECHNICAL ADVISORS CONSTRUCTION ENGINEERING & INSPECTION SERVICES (CEI) EITHEL M. SIERRA, P.E. CIVIL ENGINEERING PROJECT MANAGER ERIK SIBILA, P.E. , M.S.C.E., ENV SP, C.G.C. CONSTRUCTION ENGINEERING AND INSPECTION PROJECT MANAGER OSMANY ALFONSO, P.E. STRUCTURAL ENGINEERING PROJECT MANAGER ELIO ESPINO, P.E., PHD, PTOE TRAFFIC AND TRANSPORTATION ENGINEERING PROJECT MANAGER ARNELIO ALFONSO, P.E. WATER RESOURCES ENGINEERING PROJECT MANAGER ANTONIO G. ACOSTA, P.E., C.G.C. PROJECT CONTRACT MANAGER CIVIL / HIGHWAY / LIGHTING, ELECTRICAL & ITS ALEJANDRO LEON, P.E. Senior Roadway Project Manager IVONNE LAU Chief Designer SIVANI CHALLAGULLA, E.I. Roadway Engineer Intern MILDRED PADERNI Senior CADD Technician MANUEL INASTRILLA Senior CADD Technician FRANK LENA, P.E. Senior Roadway Project Manager RAUL EMILIO GARCIA Senior CADD Technician MARIO ROJAS, P.E. Project Engineer NEREIDA MESA Senior CADD Technician ANTONIO G.ACOSTA, P.E., C.G.C. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP Mr. Acosta brings over 36 years of experience in the Design of Highway Facilities. He spent the first fourteen years of his career working for the Florida Department of Transportation (FDOT) District VI internal design office on the production of roadway plans from minor design to major reconstruction projects. During the last two years of his career at FDOT, he worked as District VI Roadway Design Project Manager where he was head of an Internal Design Team working on a large number of milling and resurfacing and reconstruction projects. He is a 1985 graduate of Florida International University with a Bachelor’s Degree in Civil Engineering. He is currently a member of the Cuban-American Association of Civil Engineers (C-AACE) N.W. 87TH AVENUE INTERCHANGE RECONSTRUCTION AT SR-836, MIAMI, FLORIDA. The SR-836 / N.W. 87th Avenue interchange reconstruction was the final piece necessary to complete the Section 5 Master Plan. A&P Engineers was responsible for all design project management and coordination efforts. We developed the roadway geometry and final plans, led the structures concept and final design for 4 bridges, drainage, ITS, lighting, utility coordination and miscellaneous structures. Client Name: FDOT District 6 | Project Reference: Gil Portela, P.E. (305) 551-8100 | Beg. Date-End Date: 10/2011- 2019. DESIGN-BUILD OF NAUTILUS NEIGHBORHOOD STREETSCAPE IMPROVEMENTS This project included approximately 34,000 LF of new 8” ductile iron water main; which was prioritized according to the CMB Water & Sewer Master Plan. The first phase of the WM included 17500 LF of 8” DIP WM, while the second phase included 16,500 LF of 8” DIP WM. The design included multiple tie-ins of the proposed 8” DIP water lines to the existing water mains at various locations. New Fire Hydrants were installed at a myriad of locations in the Nautilus neighborhood. Additionally, the scope of work included the relocation of approximately 177 water meters. Many of these water meters were installed from rear easements to public sidewalks by trenchless technologies. Client Name: City of Miami Beach | Project Reference: Jose Rivas, P.E. (305) 673-7080 | Project Role: Project Manager | Beg. Date-End Date: 02-2006 / 10-2010. SR-997 / KROME AVENUE FROM SOUTH OF SW 232ND STREET TO SOUTH OF 184TH STREET / EUREKA DRIVE, MIAMI- DADE COUNTY. This was a total roadway reconstruction to address safety and capacity issues along a 3.25-mile segment of SR 977/ Krome Avenue. The main safety concern on this corridor was the significant number of head-on collisions. This rural reconstruction project converted the corridor from a 2-lane undivided to a 4-lane divided facility with a 40-ft median with guardrail to separate opposing traffic and reduce head-on collisions. Project scope included 7’ bicycle lanes on both sides, a 10’ shared use path along the West side of the corridor; upgraded all existing signalized intersections (SW 232nd St., SW 216th St., and SW 200th St); installed a new traffic signal at SW 192nd St. Project also included drainage, a new bridge over the SFWMD C-102 Canal, lighting, signing and pavement markings, tree relocation, and the relocation of the existing SFWMD S-194 control structure in conflict with the proposed roadway widening. Project required the acquisition of 61 parcel, mostly on the East side of the roadway to accommodate the new 4-lane divide typical sections. Client Name: FDOT District 6 | Project Reference: Bao-Ying Wang, P.E (305) 470-5211 | Project Role: QA/QC Manager | Beg. Date-End Date: 04/2014-05/2018. CITY OF MIAMI DOWNTOWN STREETSCAPE IMPROVEMENTS; CITY OF MIAMI, FL The preparation of Contract Plans for the Downtown Streetscape Improvements. Project limits are: NW / NE 1st, 2nd, and 3rd Street from SW 1st Ave. to SR 5/ Biscayne Blvd.; SW / SE 1st and 2nd Street from SW 1st Ave. to SR 5/ Biscayne Blvd; and SW 1st Ave, Miami Ave, NE 1st, 2nd, and 3rd Avenue from SW / SE 2nd Street to NW / NE 3rd Street. Project included Milling and Resurfacing, new colored sidewalk, decorative lighting system, street furniture, stamped asphalt pedestrian crosswalks, and signing and pavement markings. Utility Coordination was a major milestone in this project. Client Name: City of Miami | Project Role: QA/QC Manager | Project Reference: David Mendez, P.E., Project Manager (305) 416-1240 | Beg. Date-End Date: 10/2008 – 06/2010. APCTE Tenure: 20 yrs Industry Experience: 36 yrs Education: Bachelors of Science - Civil Engineering December 1985, Florida International University, Miami, FL. Registration: 1988, Florida Professional Engineer No. 40845 2017, New York Professional Engineer No. 097719 1992. Florida Certified General Contractor No. 47411 OSMANYALFONSO, P.E. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP Mr. Alfonso’s 26 years of experience as structural engineer have included all phases of transportation bridge projects from initial concept development to post design services during construction. Mr. Alfonso’s bridge design experience includes curved steel box girder bridges, curved and skewed steel plate girder bridges, Florida I-Beam (FIB) concrete bridges, cast-in-place flat slab bridges, pedestrian bridges, reinforced concrete flat slab bridges, post tensioned substructures, miscellaneous roadway structures including signal support systems, special sign structures, and retaining walls of various types. Mr. Alfonso has participated in the design of over 50 bridges and more than 100 mast arms and sign structures for the FDOT, Expressway Authorities, and various public agencies. N.W. 87TH AVENUE INTERCHANGE IMPROVEMENTS AT SR-836, MDX83629.010, MIAMI, FLORIDA Responsible for the design of seven 7 mast arms during post design. Performed analysis to verify the relocation of mast arms and reuse ordered mast arms. Coordination with the roadway and geotechnical engineers were required to determine cost saving solutions. The mast arms were designed using the 2013 FDOT Standards and the MastArmv5.1 Mathcad program. Client Name: Miami Dade Expressway Authority | Project Reference: Gil Portela, P.E. (305) 551-8100 | Project Role: Project Engineer | Beg. Date-End Date: 010/2011 - 2019. N.W. 36TH BRIDGE REPLACEMENT, FPID NO. 418065-2-52-01, MIAMI, FLORIDA This contract included two distinct projects. Project 418065-2-52-01 include major reconstruction including the replacement of the N.W. 36th Street bascule bridge over the Miami Canal, as well as milling and resurfacing, drainage, lighting, signalization, and minor intersection modifications of NW 36th Street at N.W. South River Drive and NW North River Drive. This project entails replacing a functionally obsolete Hanover Bascule Bridge crossing the Miami Canal C-6 with two fixed concrete bridges. Project 425979-1-52-01 includes milling & resurfacing, median modifications, sidewalk, and ADA ramp construction along NW 36th Street. The limits of this project go from about 120 ft. west of Lee Drive to just east of Coolidge Drive. Client Name: FDOT District 6 | Project Reference: Hector Fung, P.E. (305) 640-7456 | Project Role: Structural Engineer of Record | Beg. Date-End Date: 12/2012 – 12/2016. VILLAGE OF ISLAMORADA PEDESTRIAN BRIDGE AT FOUNDERS PARK APCTE is the Engineer of Record for this FDOT District 6 Design-Build project with a contract amount of $4.6 Million in the Village of Islamorada, Florida Keys. The project consists of a 81-ft single span prefabricated steel truss bridge over US-1 with elevator towers and access ramps. The project provides a safe crossing link between Founders Park and residential areas on the south side of US-1. Additionally, the scope requires minor roadway widening of US-1, drainage, maintenance of traffic, utility relocation, and MEP for elevator towers and control rooms. Architectural features includes Village logos on the towers, concealed lighting conduits, hammerhead piers to support bridge and access ramps, and impact glazing on the elevator towers. Client Name: FDOT D6 | Project Reference: Ivette Funtanellas, P.E. (305) 470-5270 | Project Role: Engineer of Record | Beg. Date- End Date: Feb. 2020 – On-Going. BRIDGE REPLACEMENT AT N. MIAMI AVENUE OVER LITTLE RIVER CANAL This Design-Build project with the DTPW involves the replacement of Bridge No. 874127 North Miami Avenue over Little River Canal (C-7) with a new three-span reinforced concrete continuous bridge in the Village of EL Portal, Florida. Due to maintenance of traffic requirements, the bridge required two main phases of construction to demolish existing bridge and achieve the final typical section. The superstructure is supported by cast-in-place concrete pile bents supported by 18” prestressed concrete piles. The proposed bridge also carries the existing AT&T utility previously on independent supports. In addition, the project required roadway and drainage improvements to address ADA deficiencies, enhance pedestrian activity, and dredging to achieve SFWMD canal cross section requirements Client Name: M-D DTPW | Project Reference: Juan Santandreu, P.E. 305-815-9553 | Project Role: Engineer of Record | Beg. Date-End Date: 02/2017 – Present. APCTE Tenure: 8 yrs Industry Experience: 26 yrs Education: Bachelor of Science Civil Engineering, December 1995, Florida International University, Miami, Fl. Registration: 2004, Florida Professional Engineer No. 61601 EDUARDO A.VEGA, P.E., MSCM. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP Mr. Vega brings over 49 years of experience in the design, construction management, and program management of water and wastewater infrastructure projects. He spent 35 years of his career working for several Miami-Dade County’s Departments. During the last ten years he supervised and directed all engineering, program management, utilities development and construction activities to implement the Department’s Capital Improvement Plan and to efficiently support the building permitting process. He is a 1985 graduate of Florida International University (FIU) with a bachelor’s degree in civil engineering and holds a Master of Science in Construction Management from FIU. During his professional career he has received several awards such as the “2015 Distinguished Leadership Award in the Owner Category from the Design-Build Institute of America (DBIA)”, the “2010 Outstanding Service to the Engineering Profession” from the Florida Engineering Society (FES)” and the “2008 Engineer of the Year” from the Cuban-American Association of Civil Engineers (C-AACE)”. Currently, he is the APCTE’s Vice-President in charge of Design-Build contracts and manage several public and private professional engineering agreements. SENIOR VICE-PRESIDENT, A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. (APCTE) In charge of Design-Build contracts and Client Manager for municipal agencies. Currently manages several private and public professional agreements such as the Jackson Health System Rehabilitation Program, Presidente Supermarkets, etc. Jan. 2016 - Present. ASSISTANT DIRECTOR, ENGINEERING AND CAPITAL IMPROVEMENTS, MIAMI DADE WATER & SEWER DEPARTMENT (WASD) Responsible for the supervision and direction engineering, program management, utility development and construction activities to implement the Department’s Capital Improvement Plan and to efficiently support the building permitting process. Established uniform policies, procedures and design standards. Supervised through subordinate engineers, the work of professional engineering consultants and contractors. Managed the design and construction of complex water and sewer engineering projects. Directed WASD’s implementation of the Design-Build delivery method for high profile projects, which resulted in the successful procurement of 14 design- build projects with a contract amount over $400 million. Directly supervised the construction of two raw water UV disinfection systems for existing aquifer storage and recovery (ASR) wells located at the West and Southwest Well Fields. The systems always allow injection of water into the Upper Florida Aquifer while ensuring primary drinking water standards, prior to injection. Successfully spearheaded the selection of 26 professional consultants for a total contract value of $180 million. Implemented a Project Control Tracking System (PCTS) that created a project database from inception to completion. Under my supervision, WASD incremented their annual capital expenditures during FY 05-06 to FY 10-11 from City’s commissioners and Commissioners. Jan. 2006 – Nov. 2015. MANAGER, DESIGN AND CONSTRUCTION MIAMI-DADECOUNTYDEPARTMENTOFENVIRONMENTAL RESOURCES MANAGEMENT (DERM) Responsible for managing and implementing the Federal Emergency Management Agency Public Assistance Program (FEMA- PA), Road Restoration/Drainage Replacement and Drain Cleaning Programs, and set the standard for these projects in accordance to FEMA-PA. Successfully completed $236 Million of drainage/roadway design and construction over a three-year period, managing 46 paving and drainage contracts, and zero contractor claims to the County. The $480 Million Program was completed two years ahead of schedule, and 50% under budget. Managed contractors in the $17.5 Million Drain Cleaning Program, cleaning over 60,000 structures County- wide, and completing the project under budget and ahead of schedule. Effectively managed 150 engineering/surveying/ testing professional firms in the design, survey, and soil testing of over 3,000 FEMA sites. 02/2002-01/2006. APCTE Tenure: 5 yrs Industry Experience: 49 yrs Education: Master of Science, Construction Management, FIU, Miami, Fl. Bachelor of Science, Civil Engineering, FIU, Miami, Fl. Registration: License No.42109 State of Florida Registered Professional Engineer, 1989 JOSE G. LOPEZ, P.E. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP 2011-2019: Village of Key Biscayne Owner Representative overseeing the stormwater utility enterprise. GIS development work. 2007-2010: Village of Key Biscayne Owner Representative overseeing the water, sewer and reclaimed water project of $18 Million. 2001-2006: Chief of the Water and Wastewater Division (Utility Regulation Division Supervisor (Exempt)) at Miami-Dade County Department of Environmental Resources Management (DERM) responsible of all water and sewer facilities construction and operation permitting, monitoring and enforcement. Supervised three sections with 40 employees. Retired on August 31, 2006. GIS Applications development. 1987- 2001: Chief of Wastewater Section at Miami-Dade County Department of Environmental Resources Management (DERM) responsible of the State delegated domestic wastewater operating and construction permitting programs and the Federal Industrial Pretreatment Program. Supervised over 30 employees. Responsible of oversight and approval of sanitary sewer improvements required by the USEPA Consent Decrees, its monitoring and compliance. GIS and field tablet applications development. County received national recognition for our paperless applications for field inspections. 1984-1987: Chief of the Wastewater Section in charge of wastewater programs in Broward County. Responsible of the County’s environmental plan review functions. Supervised 5 employees. 1981-1983: Senior Process Engineer in design of chemical and metallurgical industries with Davy McKee in Lakeland, Florida. 1976-1980: Chief Process Engineer in the development of the extraction of Uranium from phosphates with Westinghouse, Lakeland, Florida. 1967-1976: Process Engineer in the production of polyester film for photographic applications with E. I. Dupont, Parlin, New Jersey. 1961-1967: Engineering, production, and design of chemical and metallurgical industries in Cuba and Spain. Patents: Pretreatment of phosphoric acid for uranium extraction. Associations: Founding Board Member of the South Florida Chapter of Florida Association of Environmental Professionals. Firm: A&P Consulting Transportation Engineers, Corp. Education: B.S. in Chemical Engineering, Louisiana State University, 1961 M.S. in Chemical Engineering, Newark College of Engineering, 1973 M.S. in Civil/ Environmental Engineering, Florida International University, 1992 Registration: State of Florida Licensed Professional Engineer in Chemical and Civil/Sanitary, PE # 33695 Mr. Lopez has over 60 years of experience in water and sewer facilities construction and operation permitting, monitoring and enforcement. He has worked as Owner Representative for the Village of Key Biscayne overseeing the stormwater utility enterprise. GIS development work and overseeing the water, sewer and reclaimed water project of $18 Million. Previous to the he was the Chief of the Water and Wastewater Division (Utility Regulation Division Supervisor (Exempt)) at Miami-Dade County Department of Environmental Resources Management (DERM) responsible of all water and sewer facilities construction and operation permitting, monitoring and enforcement. Supervised three sections with 40 employees. ADRIANALFONSO, P.E. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP Mr. Alfonso has provided support on the design of bridges and miscellaneous structures during his A&P Engineers tenure with the Structural Department. He is experienced with Microstation, GEOPAK, STAAD, and Mathcad for miscellaneous structures design. He also has experience with the LEAP Bridge Enterprise software for bridge design. Mr. Alfonso provided support to the Bridge Maintenance Office in District 6 using PONTIS and GIS for bridge inspection reports. VILLAGE OF ISLAMORADA PEDESTRIAN BRIDGE AT FOUNDERS PARK APCTE is the Engineer of Record for this FDOT District 6 Design-Build project with a contract amount of $4.6 Million in the Village of Islamorada, Florida Keys. The project consists of a 81-ft single span prefabricated steel truss bridge over US-1 with elevator towers and access ramps. The project provides a safe crossing link between Founders Park and residential areas on the south side of US-1. Additionally, the scope requires minor roadway widening of US-1, drainage, maintenance of traffic, utility relocation, and MEP for elevator towers and control rooms. Architectural features includes Village logos on the towers, concealed lighting conduits, hammerhead piers to support bridge and access ramps, and impact glazing on the elevator towers. Client Name: FDOT D6 | Project Reference: Ivette Funtanellas, P.E. (305) 470- 5270 | Project Role: Engineer of Record | Beg. Date-End Date: Feb. 2020 – On-Going. N.W. 36TH BRIDGE REPLACEMENT, FPID NO. 418065-2-52-01, MIAMI, FLORIDA Project 418065-2-52-01 include major reconstruction including the replacement of the N.W. 36th Street bascule bridge over the Miami Canal, as well as milling and resurfacing, drainage, lighting, signalization, and minor intersection modifications of NW 36th Street at N.W. South River Drive and NW North River Drive. This project includes the design of 7 mast arms. Coordination with geotechnical, roadway, and utility disciplines were required to relocate mast arms to avoid utility conflicts and modify signal head placement to comply with stopping sight distances around the 112 on-ramp. The mast arms were designed using the 2013 FDOT Standards and the MastArmv5.02 Mathcad program. Client Name: FDOT District 6 | Ali Toghiani (305) 470-5343 | Project Role: Structural Engineer | Beg. Date- End Date:12/2012 – 07/2016. PEDESTRIAN BRIDGE S. OF MIRAMAR BOULEVARD OVER SOUTH BROWARD DRAINAGE DISTRICT CANAL 1 A&P is the Engineer of Record for this FDOT District 4 Design-Bid-Build project with a contract amount of $1.5M in the City of Miramar, Broward County, Florida. The project consists of a 59-ft single span prefabricated steel truss bridge over South Broward Drainage District Canal 1. The project provides access over existing canal to residential communities to the east and west of University Drive via access ramps supported on embankment. Given the tight right-of way, elevator towers are not part of this project. Roadway widening is required along University Drive as part of the proposed improvements. Client Name: FDOT D4 | Project Role: Structural Engineer. I-95 EXPRESS LANES-PHASE 3A-1 FROM SOUTH OF BROWARD BLVD TO NORTH OF COMMERCIAL BLVD This design build project is Phase 3A-1 of the Department’s overall Phase 3 implementation of Express Lanes along the I-95 Corridor within Broward and Palm Beach Counties. Responsibilities included the design team of contract plans and structural calculations for multiple non-standard half-span sign structures consisting of dual uprights with span lengths over 120-ft and cantilever structures with dual upright supports. Client Name: FDOT District 4 | Project Reference: Vanita Saini, P.E. (954) 777-4468 | Project Role: Structural Engineer. SR-998 / S.W. 312 ST. / CAMPBELL DRIVE FROM SR-997 / KROME AVENUE TO SR5 / US-1 (TRUCK BYPASS) FPID NO. 405575-6-52-01, FLORIDA This project contains the design of 21 mast arms along 6 intersections. 9 of these mast arms were designed with a luminaire. The foundation design was based on geotechnical information provided at each intersection. The mast arms were designed using the 2018-19 FDOT Standard Plans and the MastArmLRFDv1.0 Mathcad program. Client Name: FDOT District 4 | Project Reference: Fabiana Gonzalez, P.E. (305) 470-5183 | Project Role: Structural Engineer. APCTE Tenure: 6 yrs Industry Experience: 6 yrs Education:Bachelor of Science in Civil Engineering, 2014 Florida International University, Miami, FL. Registration: 2019, Florida Professional Engineer No.87015 ALEJANDROLINCHENAT, E.I. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP Mr. Linchenat has provided support on the design of bridges and miscellaneous structures during his A&P Engineers tenure with the Structural Department. He is experienced with Microstation, GEOPAK, STAAD, SAP 2000 and Mathcad for miscellaneous structures design. He also has experience with the LEAP Bridge Enterprise software for bridge design. BRIDGE REPLACEMENT AT N. MIAMI AVENUE OVER LITTLE RIVER CANAL This Design-Build project with the DTPW involves the replacement of Bridge No. 874127 North Miami Avenue over Little River Canal (C-7) with a new three-span reinforced concrete continuous bridge in the Village of EL Portal, Florida. Due to maintenance of traffic requirements, the bridge required two main phases of construction to demolish existing bridge and achieve the final typical section. The superstructure is supported by cast-in- place concrete pile bents supported by 18” prestressed concrete piles. The proposed bridge also carries the existing AT&T utility previously on independent supports. In addition, the project required roadway and drainage improvements to address ADA deficiencies, enhance pedestrian activity, and dredging to achieve SFWMD canal cross section requirements Client Name: M-D DTPW | Project Reference: Juan Santandreu, P.E. 305-815-9553 | Project Role: Structural Engineer. CONSENT DECREE NO. 4.10 (4) MIAMI-OPA LOCKA EXECUTIVE AIRPORT PROPOSED BRIDGE OVER C-8 CANAL This project is located inside the Miami-Opa Locka Executive Airport. The proposed bridge consists of a three-span continuous reinforced concrete superstructure with spans of 33.33ft. The substructure consists of cast-in-place pile bents supported by 18” prestressed concrete piles. Responsible for the structural design of the superstructure and all associated plan detailing. Client Name: M-D WASD | Project Reference: Daniel Edwards, P.E. 786-552-8354 | Project Role: Structural Engineer. GOLDEN GLADES MULTIMODAL TRANSPORTATION FACILITY, FPID NO. 251684-6-52-01, FLORIDA This Design-Build project includes the reconstruction of a new Park and Ride Facility at the Golden Glades Interchange. The project includes the design of a wide range of miscellaneous structures including nine (9) signal support structures using backplates and video cameras, over 800-ft of steel pedestrian canopies, monument signs 100-ft and 50-ft in height supported on drilled shaft foundations, a bus canopy consisting of a space frame, and median barrier wall mounted swift gate for vehicular access control to the facility. The mast arms were designed using the 2017-18 FDOT Standard Plans and the MastArmLRFDv1.0 Mathcad program. Client Name: FDOT District 6 | Project Reference: Raul Quintela, P.E. (305) 470-5271| Project Role: Structural Engineer | Beg. Date-End Date: 08/2018–Present. SR-25 / US-27 / OKEECHOBEE ROAD RECONSTRUCTION FROM EAST OF N.W. 107 AVE TO EAST OF N.W. 116TH WAY, HIALEAH GARDENS AND TOWN OF MEDLEY, FPID NO. 423251-5-32-01, FLORIDA This project includes the major reconstruction of SR-25 to provide grade separation at the intersection of NW 116th Way. Project includes 9 new signalized intersections, with a total of 31 mast arms. 14 of these mast arms required a special foundation design. The mast arms were designed using the 2018-19 FDOT Standard Plans and the MastArmLRFDv1.0 Mathcad program. Three of these mast arms require a design of a column extension. The special foundation designed was accomplished with geotechnical, roadway, and utility coordination. Client Name: FDOT District 6 | Project Reference: Elsa Riverol, P.E. (305) 470- 5105| Project Role: Structural Engineer | Beg. Date-End Date: 05/2016–Present. APCTE Tenure: 2 yrs Industry Experience: 5 yrs Education: Havana Institute of Technology Jose Antonio Echeverria (CUJAE), Cuba (2008-2013) Registrations: 04/2005 , Florida E.I. No. 1100023817 NAIROBISPEREZ A&P CONSULTING TRANSPORTATION ENGINEERS, CORP Mrs. Perez has provided support on the design of bridges and miscellaneous structures during her A&P Engineers tenure with the Structural Department. She is experienced with Microstation, GEOPAK, STAAD, and Mathcad for miscellaneous structures design. She also has experience with the LEAP Bridge Enterprise software for bridge design. Mrs. Perez has experience in Drainage Design. VILLAGE OF ISLAMORADA PEDESTRIAN BRIDGE AT FOUNDERS PARK APCTE is the Engineer of Record for this FDOT District 6 Design-Build project with a contract amount of $4.6 Million in the Village of Islamorada, Florida Keys. The project consists of a 81-ft single span prefabricated steel truss bridge over US-1 with elevator towers and access ramps. The project provides a safe crossing link between Founders Park and residential areas on the south side of US-1. Additionally, the scope requires minor roadway widening of US-1, drainage, maintenance of traffic, utility relocation, and MEP for elevator towers and control rooms. Architectural features includes Village logos on the towers, concealed lighting conduits, hammerhead piers to support bridge and access ramps, and impact glazing on the elevator towers. The principal objective of this project is to provide a pedestrian bridge over SR 5/US 1/Overseas Highway to allow a pedestrian connection between the south side of the Highway and Founders Park. Currently, crossing SR 5 is dangerous and has proved to be fatal. The proposed design will remedy the unsafe condition and provide a much-needed improvement to the community. Minor lane widening and shoulder widening reconstruction to provide the approved typical section; Milling and resurfacing SR 5 travel lanes; Constructing sidewalks/curb ramps and providing connectivity to the Treasure Village Montessori School; Install concrete barrier walls and Crash Cushions beneath the pedestrian bridge on both sides of the road; Realigning the FKOHT trail to provide connectivity to the proposed stairs/elevator; Maintenance of Traffic (Vehicular and pedestrian).Client Name: FDOT D6 | Project Reference: Ivette Funtanellas, P.E. (305) 470-5270 | Project Role: Structural Engineer. CONSENT DECREE NO. 4.10 (4) MIAMI-OPA LOCKA EXECUTIVE AIRPORT PROPOSED BRIDGE OVER C-8 CANAL This project is located inside the Miami-Opa Locka Executive Airport. The proposed bridge consists of a three-span continuous reinforced concrete superstructure with spans of 33.33ft. The substructure consists of cast-in-place pile bents supported by 18” prestressed concrete piles. Responsible for the structural design of the substructure and all associated plan detailing.Client Name: M-D WASD | Project Reference: Daniel Edwards, P.E. 786-552-8354 | Project Role: Structural Engineer | Beg. Date-End Date: 10/2019 – On-Going. BRIDGE REPLACEMENT AT N. MIAMI AVENUE OVER LITTLE RIVER CANAL This Design-Build project with the DTPW involves the replacement of Bridge No. 874127 North Miami Avenue over Little River Canal (C-7) with a new three-span reinforced concrete continuous bridge in the Village of EL Portal, Florida. Due to maintenance of traffic requirements, the bridge required two main phases of construction to demolish existing bridge and achieve the final typical section. The superstructure is supported by cast-in-place concrete pile bents supported by 18” prestressed concrete piles. The proposed bridge also carries the existing AT&T utility previously on independent supports. In addition, the project required roadway and drainage improvements to address ADA deficiencies, enhance pedestrian activity, and dredging to achieve SFWMD canal cross section requirements.Client Name: M-D DTPW | Project Reference: Juan Santandreu, P.E. 305-815-9553 | Project Role: Structural Engineer | Beg. Date-End Date: 02/2017 – Present. GOLDEN GLADES MULTIMODAL TRANSPORTATION FACILITY, FPID NO. 251684-6-52-01, FLORIDA This Design-Build project includes the reconstruction of a new Park and Ride Facility at the Golden Glades Interchange. The project includes the design of a wide range of miscellaneous structures including nine (9) signal support structures using backplates and video cameras, over 800-ft of steel pedestrian canopies, monument signs 100-ft and 50-ft in height supported on drilled shaft foundations, a bus canopy consisting of a space frame, and median barrier wall mounted swift gate for vehicular access control to the facility. The mast arms were designed using the 2017-18 FDOT Standard Plans and the MastArmLRFDv1.0 Mathcad program. Client Name: FDOT District 6 | Project Reference: Raul Quintela, P.E. (305) 470-5271| Project Role: Structural Engineer. APCTE Tenure: 3 yrs Industry Experience: 4 yrs Education: Havana Institute of Technology Jose Antonio Echeverria (CUJAE), Cuba Question Set 1: Qualifications Question Set 1 Instructions Please use the Response column for short answers to the question asked and the Comment column to provide additional clarification if necessary Some questions have been set to not allow a comment Those questions will be marked red beside the comment indicating a comment Is not allowed For questions that require long answers, please choose the "See Comment" option and include the longer answer in the Comment field Question Response Comment 1 1 1 • What is the name of the individual submitting this Proposal on behalf of your firm? 1 1 2 What is this person's title? 1 1 3 Please provide a contact telephone number: 1 1.4 Please provide a contact email address: Company Profile 1 2.1 How many years has your company been in business under its current name and ownership? 122 1 2 3 What is your company's primary business? 1 2.4 Type of Company: 1 2 5 Federal Employer Identification Number (FEIN): 1 2 6 Date registered to conduct business in Florida: 1 2 7 Primary Office Location: 1 2 8 Local Office Location (If same as primary, please indicate so): How many years has your company provided services consistent with those requested in this RFQ? 1 2 9 Will all goods/services be provided out of the local office location? If not, then indicate what other office services will be provided from 1,2 10 Total Number of Employees: Ownershi 1 3 1 Identify all owners or partners of the company (Provide Name, Title, and Percent Ownership): 1 3 2 Is any identified owner an owner of another company? (If yes, identify the name of the owner and the other company name, and the ownership interest) Signing Authoirity Antonio G Acosta, P E. President 305-592-7283 agacostath apcte.com 21 21 Engineering Corporation 6s -x770583 0111711995 Donal. Ftonde Primary Yes 92 See Comment Yes Antonio G Acosta - President - 42% Carlos Gil-Mera - Vice President - 42%, Arnelio Alfonso - Principal - 8%, Eithel Sierra - Principal - 8% Antonio Acosta - President - AGC Construction, Carlos Gil -Mere - President - Karrnil Construction The comment must be left blank for this response The comment must be left blank for this response Identify all individuals authorized to sign on behalf of the company, indicating 1 4 1 their level of signing authority: (Include name, title, and signing authority Ex. All, Cost up to $ Amount, No -Cost, Other) Contract Inforrrtation Identify the five (5) most recent contracts in which your company has provided 1.5 1 services to other public entities Include the entity's name and a contact person. 1.6 1 Insurance Gamer Nams 1.6.2 1:6,3 1 6.4 1.65 1.6.6 insurance tamer Address: Provide the number of insurance claims paid out in the last five years: Provide the total value of insurance claims paid out in the last five years: Provide insurance representative contact name, telephone, and email address: Please provide employer modification rating ("EMR") If no EMR, please explain: See Comment See Comment CAN 8078721779 1,000,000 Luis R Gazitua 0,76 Antonio Acosta - President - Ex All, Carlos Gil-Mera - Vice -President - Ex. All City of Dora! General Consultant - City of DOral - Eugene Collins-Bonfill: DB Underline Phase 2 - MD DTPW - Fernando Sanchez; DW Traffic Operations FDOT D-6- Jacques Defrant; Professional Architectural and Engineering Services in Specialized Categories - City of Miami Beach - Nelson Perez- Jacome; E17-DTPW-03 CEI Services for Capital Improvements - MD DTPW - JameS $wrwski MCM - FIU Bridge JAG Insurance Group, Igazitua@jaginsgroup com, 305-842-3592 24 Questions 100.00% Complete Question Set 2: Client References Question Set 2 Instructions 'Respondent shall provide the information requested for the its verifiable client references as required in the solicitation documents. Respondent may not use the same reference for more than one (1) project/contract and confidential references shall not be included. References that are listed as subcontractors in the response will not be accepted as references under this solicitation, Entities having an affiliation with the Respondent (i,e currently parent, subsidiary having common ownership, having common directors, officers or agents or sharing profits or liabilities) will not be accepted as references under this solicitation, References should be available for contact during normal business hours, 9:00 AM — 5:00 PM, Eastem Time The Village will attempt to contact each reference by telephone no less than three times. In the event the contact person indicated cannot be reached following three attempts or is unwilling to provide the requested information, the reference will be considered "unverified" for purposes of this RFP. It is the Proposers responsibility to provide complete and accurate information for each reference, the Village will not correct incorrectly supplied information. No claim of lack of information or error will relieve Respondent of this responsibility The Village reserves the right to contact references other than those identified by the Respondent to obtain additional information regarding past performance. Any information obtained as a result of such contact may be used to determine whether or not the Respondent is a "responsible vendor, as defined in section 287.012(25), Flonda Statutes, as may be amended from time to time." Questlb11 Rcsnonse Comment Client Reference 1 2.1.1 Name of Client Organization: 21.2 Contact Person Name: 2 1 3 Contact Person Title: 2 1.4 Contact Department: 2 1.5 Contact Telephone: 21 6 Contact Email: 2.1.7 Contract Start Date: 2 1,8 Contract End Date: 2 1.9 Contract Value: 2.1 10 Is the Contract still active? 2.1.11 Scope of Work (Provide as much detail as possible): 2.2 1 Name of Client Organization: 2.2.2 Contact Person Name: 2.2.3 Contact Person Title: 22.4 Contact Department: 22.5 Contact Telephone: MDX - GEC A Gil Portela, P.E Project Manager MDX General Consutaant 305-551-8100 gparlelagbhntb-cant 05/15/2013 08/17/2020 $7.5M No See Comment MD Department of Transportation and Public Works Juan Santandreu, P.E. Project Manager Public Works Department 305-815-9553 Roadway, drainage, lighting, ITS, structural, MOT, signalization design. Prime FOR on this contract 2.2.6 Contact Emil: 2 2 7 Contract Start Date: 2 .6 Contract End Date, 2.2 9 Contract Value: 2.2.10 Is the Contract still active? 2 2 11 Scope of Work (Provide as much detail as possible): Client Reference 3 2.3.1 Name of Client Organization: 2.3.2 Contact Person Name: 2 3 3 Contact Person Title: 2.3.4 Contact Department 2.3 5 Contact Telephone: 2.3.6 Contact Email: 2 3 7 Contract Start Date: 2.3.8 Contract End Date: 2 3 9 Contract Value: 2.3.10 Is the Contract still active? 2 3.11 Scope of Work (Provide as much detail as possible): Juan samandfeutmramldade ggy 02/2017 Ongoing $400,000 Yes See Comment City of Doral Eugene Cdllegs-Bontilt. P E Assistant Director/Chief of Engineering Public Works Department 305-593-6725 Ext6017 eugene,00llings/ cltyoldoral.c am 03/2016 032017 $60,089 No See Comment Post Design (Construction) DB for the bridge replacement at N Miami Avenue over Little River Canal Developed the criteria package for the proposed pedestrian bridge over NW 41st Street at Florida Tumpike (HEFT) for the City of Doral 33 Questions 100.00% Complete Question Set 3: Dispute Disclosure Question Set 3 Instructions Answer the questions herein with a Yes or No answer If you answer "Yes", to any of the questions, explain the context surrounding the dispute, the nature of the dispute, the outcome or status of the dispute, and the monetary amounts, delay, or contract extension involved in the comment If additional explanation is necessary, please upload a separate document with your response under the DD Attachment option You further acknowledge by submitting a response that all statements made in response to these questions are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of your response. Question Racponse Comment Has your firm or any of its officers, received a reprimand of any nature or been 3 0 1 suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? Has your firm, or any member of your firm, been declared in default, assessed 3.0.2 liquidated damages, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? Has your firm had against it or filed any requests for equitable adjustment, 3.0 .3 contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? Has your firm or any of its officers, been under investigation, charged, or 3.0 4 convicted by any law enforcement agency or public entity for violations of the law, other than traffic violations? 3.0 5 3.0 6 Has your firm, or any of its principals, failed to qualify as a responsible Proposer/Bidder on any solicitation in the past five (5) years? Has your firm, or any of its principals, declared bankruptcy or reorganized under Chapterll? No No Yes No No No Carlos Chapman Et Al Vs Manilla Construction Management et al.. Case No. 2018 -016746 -CA -01 (Fla llth Cir Ct..) This action alleged breach of contract Case was voluntarily dismissed. A & P was a named third -party defendant for alleged breach of contract related to the negligent structural design of a pedestrian bridge. A&P had no involvement on the structural design nor construction of said bridge, A&P's scope was for the roadway design of the auxiliary side street 6 Questions 100.00% Complete The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response Question Set 4: Key Staff Question Set 4 Instructions Respondent shall answer the following questions for each proposed Key Staff member Include as much relevant detail as possible for each individual, There are question sets for up to 10 Key Staff members. If your company does not intend on proposing 10 Key Staff members, please insert "N/A" into the Response column for question sets in excess of the team being proposed Question Response Co meat Ontract Manager 4 1 1 What is the name of the individual that will serve as the Contract Manager ("CM")? 4.1.2 What is the CM'sjob title? 4.1.3 How many years of experience does the PM have? 4.1A How many years of program/project management experience does the PM have? 4.1.5 How many years has the PM been employed with your company? 4 1 6 Please list any relevant licenses (including. license number) and certifications the PM has: Does the CM have any concurrent commitments to other contracts during the 4 1 7 proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Project Manager Antonio G Acosta, P E. Principal 36 25 20 FL PE # 40845 Yes Contract Manager for MD DTPW - Estimated commitment Hours 2,450 - Contract Term July 2024 4.2 1 What is the name of the individual that will serve as the Program/Project Manager (\"PM\")? 4.2.2 What is the PM's job title? 4.2.3 How many years of experience does the PM have? 4.2.4 How many years of program/project management experience does the PM have? 4.2.5 How many years has the PM been employed with your company? 4 2 6 Please list any relevant licenses (including license number) and certifications the PM has: Does the PM have any concurrent commitments to other contracts during the 4.2 .7 proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Osmany Alfonso, P.E. Structural Department Head 18 FL PE # 61601 Yes Project Manager for MD DTPW Bridge Replacement at N Miami Ave - Estimated commitment Hours 1,150- Contract Term July 20221 Project Manager for FDOT Pedestrian Bridge at Islamorada - Estimated commitment Hours 250 - Contract Term July 2021 Kay Staff Member 1 4.3..1 Please provide thisstaff members name: 4.3.2 Please provide this staff member's job title: Adrain Alfonso, P.E Structural Engineer Does the this staff member have any concurrent commitments to other 4 3.8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). Key Staff Member 2 4.4.1 Please provide this staff member's name: 4.4.2 Please provide this staff member's job title: 4 4 3 What role will this staff member fill for this contract? 4.4 4 Is this staff Member by your company? If not, please provide the name of the employer 4 4 5 How many years of experience does this staff member have? 4 4 6 How many years has this staff member been with their current employer? 4 4 7 Please list any relevant licenses (including license number) and certifications inks staff member nes Does the this staff member have any concurrent commitments to other 4 4.6 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) 4.3 3 What role will this staff member fill for this contract? Structural Engineer Yes Is this staff member employed by your company? If not, please provide the name of the employer. 4 3 5 How many years of experience does this staff member have? 6 4 3.6 How many years has this staff member been with their current employer 6 4 3 7 Please list any relevant licenses (including license number) and certifications FL PE # 87015 this staff member has: Yes Alejandro Linctrenat E.I. Structural Engineer Structural Engineer Yes 5 2 FL El # 1100023817 Yes Project Engineer for FDOT District 6 Krome Avenue - Estimated commitinent Hours 1,250 - Contract Terrn June 2022 1 Project Engineer for FDOT District 6 Pedestrian Bridge at Islamorada - Estimated commitment Hours 550 - Contract Term December 2021 Project Engineer for FDOT District 6 Krome Avenue - Estimated commitment Hours 1,250 - Contract Term June 2022 1 Project Engineer for FDOT District 6 Pedestrian Bridge at Islamorada - Estimated commitment Hours 550 - Contract Term December 2021 Key Staff Member 3 4.5 1 Please provide this staff members name: 4.5,2 Please provide this staff member's job titre: 4 5 3 What role will this staff member fill for this contract? 4.5 4 Is this staff member employed by your company? If not, please provide the name of the employer. Nelmbis Perez Structural Engineer Structural Engineer Yes 4.5 5 How many years of experience does this staff member have? 4 The comment mristbe len respomse The comment response be left blank lar toe The tommertt must be left blankfor this response 4.56 Haw many years has this staff member been with their current employer? 4 5.7 Please list any relevant licenses (including license number) and certifications N/A this staff member has. Does the this staff member have any concurrent commitments to other 4.5.6 contracts during the proposed term of the contract being awarded in this solicitation? ttyes. please provide the ctent name, estimated commited hours, and the period of engagement (contract term) Key Std' Member 4 4 6 1 Please provide this staff members name: A 6,2 Please provide this staff members job title: 4 6 3 What role will this staff member fill for this contract? 4.6.4 Is this staff member employed by your company? If not, please provide the name of the employer. 4.6.5 How many years of experience does this staff member have? 4.6 .6 How many years has this staff member been with their current employer? 4 6 7 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4.6.8 contracts during the proposed term of the contract being awarded in this sollatiaiono if yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). Key Staff Member 5 4 7 1 Please provide this staff members name: 4.7.2 Please provide this staff members job tile: 4 7 3 What role will this staff member fill for this contract? Yes Eduardo Vega, P E. Senior Project Engineer Govermental Liaison 1 QA/QC Yes 49 5 FL PE # 42109 No Jose Lopez, P E Senior Project Engineer Technical Advisor 4.7.4 Is this staff member employed by your company? 6 not, please provide the Yes name of the employer. 4.7 5 How many years of experience does this staff member have? 60 4.7.6 How many years has this staff member been with their current employer? .1 4 7 7 Please list any relevant licenses (including license number) and certifications this staff member has: FL PE # 33695 Engineer for MD Content Decree No, 4.10 Oda L6cake Execvlive Airport - Eslimated commitment Hours 1.250 - Contract Term May, 2022 1 Ergmeer for MD Bridge Replacement at N. Miami Ave. - Estimated Commitment Hours 1,550- Contract Term July 2022 TFta edmrnenl roost be left bus response The cornMent etustip'e tee bunk for Ors response 1 e p insiteflf musi be (eft blank for this response Does the this staff member have any concurrent commitments to other 4.7 8 contracts during the proposed temt of the contract being awarded in this solicitation? ff yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Key Staff Member 6 4 8 1 Please provide this staff members name: 4.8.2 Please provide this staff member's job title: 4.8.3 What role will this staff member fill for this contract? 4 8.4 Is this staff member employed by your company? If not, please provide the name of the employer. 4.8 5 How many years of experience does this staff member have'? 4.8 .6 How many years has this staff member been with their current employer? 4 8 7 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4 8.8 cohtia.ln during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, , and the period of engagement (contract term). Key Staff Niember 7 No The comment must be left titanic for this 4 9 1 Please provide this staff members name: 4 9.2 Please provide thls staff members jobtitle: 4 9 3 What role will this staff member fill for this contract? 4.9.4 Is this staff member employed by your company? If not, please provide the name of the employer. 4 9 5 How many years of experience does this staff member have? 4.9.6 How many years has this staff member been with their current employer? 4.9 7 Please list any relevant licenses (including license number) and certifications this staff member' has Does the this staff member have any concurrent commitments to other 4.a8 8 contracts during the proposed tern of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Key Staff Member 8 4 10 1 Please provide this staff member's name: 1 410.2 Please provide this staff member's job title: 4 10 3 What role will this staff member fill for this contract? 4.10 4 Is thus staff member employed by your company? If not, please provide the name of the employer 4 10 5 How many years of experience does this staff member have? 4.10 6 How many years has this staff member been with their current employer? 4 10 7 Please list any relovant licenses (including license number) and certifications this staff member has Does the this staff member have any concurrent commitments to other 4.10.8 contracts during the proposed tern of the contractbeing awarded in this solicitation? If yes. please provide the client name. estimated commuted hours, and the period of engagement (contract feral) Key Staff Member 4.11.1 Please provide this staff member's name: 4.11.2 Please provide this staff member's job title: 4.11.3 What role will this staff member fill for this contract? 4.11.4 Is this staff member employed by your company? If not, please provide the name of the employer 4 11 5 How many years of experience does this staff member have? 4.11.6 How many years has this staff member been with their current employer? 4 11 7 Please list any relevant licenses (including license number) and certifications this staff member has Does the this staff member have any concurrent commitments to other 4.11.8 I'JJ' ntracts during the proposedterm or the contract being awarded In ptis solicitation? If yesplease provide The client nameestimated commited hours, and the penod of engagement (contract term} 4 12 1 Please provide this staff member's name: 4.12.2 Please provide this staff members Job title: 4 12 3 What role will this staff member fill for this contract? 4.12.4 Is this staff member employed by your company? If not, please provide the name of the employer 4 12 5 How many years of experience does this staff member have? 4.12.6 How many years has this staff member been with their current employer? 4 12 7 Please list any relevant licenses (including license number) and certifications this staff member has Does the this staff member have any concurrent commitments to other 4.12.8 contracts during the proposed term of the contract being awarded in this soNdtation? If yes, please provide the orient name, estimated commited hours, and the period of engagement (contract term). 94 Questions 57.45% Complete Question Set 5: Proposed Subcontractors Question Response Comment u . contractor 1 5.1.1 Company Name of Subcontractor: 5 1 2 Subcontractor Address: 5.1 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.1.4 Subcontractor's license number: Geosol, Inc 5795-A NW 151st Street, Miami Lakes, FL 33014 3% CA8530 5 2.1 Company Name of Subcontractor: 5 2 2 Subcontractor Address: Assuming a 3% for any geotechnidal work needed as part of a structural assignment 5 2 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment, 5.2,4 Subcontractor's license number: Sulacorrntmctor 3 Longitude Surveyors, LLC 7769 NW 48th Street, Suite 375, Dora!, FL 33166 3% LB7335 Assuming a 3% for any surveying/SUE work needed as part of a structural assignment 5.3 1 Company Name of Subcontractor: 5..3.2 Subcontractor Address: 5,3,3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.3.4 Subcontractor's license number. Subcontractor 4 5,4,1 Company Name of Subcontractor 5 42 Subcontractor Address: 5.4.3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.4.4 Subcontractor's license number. Subcontractor 5 5 5 1 Company Name of Subcontractor: 5.5.2 Subcontractor Address: 5 5 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.5.4 Subcontractors license number ubcontractor 6 5 6 1 Company Name of Subcontractor: 5.6.2 Subcontractor Address: 5 6 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.6.4 Subcontractors license number. Subcontractor 7 5 7.1 Company Name of Subcontractor 5.7.2 Subcontractor Address: 5 7.3 Provide the approximate percentage of the work to be performed by this subcontractor arid describe their scope of work in me comment 5 7.4 Subcontractors license number: Subcontractor 8 5 8 1 Company Name of Subcontractor 5.8.2 Subcontractor Address 5 8 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment. 5.8.4 Subcontractors license number. Subcontractor 9 5 9 1 Company Name of Subcontractor 5.9.2 Subcontractor Address: 5 9 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 9.4 Subcontractors license number. Subcontractor 10 5 10 1 Company Name of Subcontractor: 5.102 Subcontractor Address: 5 10 3 Provide the approximate percentage of the work to be performed by this subr.ontractor and describe their scope of work in the comment 5 10.4 Subcontractors license number. 40 Questions 20.00% Complete EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 14 of 40 1. Definitions 1.1 Additional Services: Those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform at the Village’s option and when authorized by a Statement of Work(s) issued in accordance with this Agreement. 1.2 Agreement: This written Agreement between the Village and the Consultant, including the Appendices attached hereto and all Amendments and Statements of Work issued by the Village hereunder. 1.3 Allowance: Stated dollar amount(s) may be included in this Agreement for the purpose of funding portions of the Services or the Work. Allowances are included in this Agreement to pay for Additional Services, Reimbursable Expenses, or Inspector General Services. Services paid from Allowances shall be authorized by a Statement of Work prior to commencement of the work under the Statement of Work. 1.4 Amendment: Written modification to this Agreement executed by the Village and Consultant covering changes, additions, or reductions in the terms of this Agreement. 1.5 Basic Services: Those services that the Consultant shall perform in accordance with the terms of this Agreement as directed and authorized by a Statement of Work(s). Any Services not specifically addressed as Additional Services are considered Basic Services. 1.6 Change Order: A written agreement executed by the Village, the Contractor, and the Contractor’s Surety if necessary, covering modifications to the Contract. 1.7 Constructability: The optimum use of construction knowledge and experience in planning, design, procurement, and field operations to achieve overall Project objectives. 1.8 Construction Cost: Actual cost of the Work established in the Contract Documents, as may be amended from time to time. 1.9 Contract Documents: The legal agreement between the Village and the Contractor for performance of Work. The documents prepared by the Consultant in accordance with the requirements of a Statement of Work(s) issued hereunder that form the basis for which the Village can receive bids for the Work included in the documents. The Contract Documents shall include, but not necessarily be limited to, the Invitation to Bid/Request for Proposals, Bid Form, Bid Bond, Surety Performance and Payment Bond, General Conditions, Special Provisions, Technical Specifications, and Plans together with all Addenda, and subsequent Change Orders, and Statements of Work. 1.10 Contractor: The firm, company, corporation, or joint venture contracting with the Village for performance of Work covered in the Contract Documents. 1.11 Days: Reference made to Days shall mean consecutive calendar days. 1.12 Defect(s): Refers to any part of the Work that does not follow the Contract Documents, does not meet the requirements of a reference standard, test or inspection specified in the Contract Documents, does not properly function, is broken, damaged or of inferior quality, or is incomplete. The adjective “defective” when it modifies the words “Work” or “work” shall have the same connotation as Defect. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 15 of 40 1.13 Design Schedule and Cost Management Plan (DSCMP): A progress schedule and earned value measurement plan for the design deliverables that will be developed by the Consultant in accordance with the Project and schedule provided by the Village. The DSCMP shall meet all Project milestones in the Village-provided schedule and shall be approved by the Project Manager. The DSCMP earned value procedures are based upon the agreed weighted percentage values of the deliverables for each phase of Basic Services. 1.14 Direct Salaries: Monies paid at regular intervals to personnel other than principals of the Consultant directly engaged by the Consultant on the Project, as reported to the Director of United States Internal Revenue Service and billed to the Village hereunder on a Multiple of Direct Salaries basis pursuant to a Statement of Work for Additional Services under this Agreement. Personnel directly engaged on the Project by the Consultant may include architects, engineers, designers, and specifications writers engaged or assisting in research, design, production of drawings, specifications and related documents, and other services pertinent to the Project Elements. 1.15 Opinions of Probable Cost (OPC): The latest approved written estimate of Construction Cost to the midpoint of construction broken down by the Division format developed by the Construction Specification Institute (CSI) or unit price bid items, including construction allowance contingencies, submitted to the Village, in a format provided by the Village, in fulfillment of the requirement(s) of this Agreement. 1.16 Plans: The drawings prepared by the Consultant, which show the locations, characters, dimensions, and details of the Work to be done and which are parts of the Contract Documents. 1.17 Program: The initial description of a Project that comprises line drawings, narrative, cost estimates, Project Budget, etc., provided by the Village and furnished to the Consultant. 1.18 Project: Project Elements and components of the Project Elements and Services set forth in this Agreement. 1.19 Project Budget: Estimated cost for the Project, prepared by the Village as part of the Program, including the estimated Construction Cost. The Project Budget may, from time to time, be revised or adjusted by the Village, at its sole discretion, to accommodate approved modifications or changes to the Project or the scope of work. 1.20 Project Element: A part of the Project for which Services are to be provided by the Consultant pursuant to this Agreement or by other consultants employed by the Village. 1.21 Project Manager (PM): The individual designated by the Village to represent the Village during the design and construction of the Project. 1.22 Punch List: A running list of defects in the Work as determined by the Consultant with input from the Field Representative and the Project Manager. The initial edition of the Punch List is modified in succeeding editions to reflect corrected and completed work as well as newly observed defects, until the time of Final Acceptance. 1.23 Record Drawings (As-Built Drawings): Reproducible drawings showing the final completed Work as built, including any change to the Work performed by the Contractor pursuant to the Contract Documents, which the Consultant considers significant based on marked-up as-built prints, drawings, and other data furnished by the Contractor. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 16 of 40 1.24 Reimbursable Expenses: Those expenses delineated in Section 5.11.4, “Reimbursable Expenses” of this Agreement, which are separately approved by the Village that are incurred by the Consultant in the fulfillment of this Agreement and which are to be compensated to the Consultant in addition to the compensation for Basic Services. 1.25 Review Set: A partial or complete set of Contract Documents, provided by the Consultant in accordance with the Statement of Work, at the specified percentage of completion of a phase of the Basic Services as provided for in this Agreement, on which the Village may provide written review comments and acceptance of Services. Any review will be general in nature and shall not constitute a detailed checking of the Consultant’s work nor relieve the Consultant of the responsibility for the completeness and accuracy of its Services. 1.26 Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.27 Value Analysis (VA): The systematic application of recognized techniques for optimizing both cost and performance in a new or existing facility or to eliminating items that add cost without contributing to required functions. 1.28 Work: All labor, materials, tools, equipment, services, methods, procedures, etc., necessary or convenient to performance by the Contractor of all duties and obligations imposed by the Contract Documents, and representing the basis upon which the total consideration is paid or payable to the Contractor for the performance of such duties and obligations. 1.29 Statement of Work: A written order (consecutively numbered for reference and control purposes) initiated by the Project Manager in accordance with this Agreement, and countersigned by the Village Manager and by the Consultant, directing the Consultant to perform or modify the performance of any portion of the Services. 2. Scope of Services 2.1 Start of Work No Services under this Agreement shall be performed by the Consultant prior to the receipt of an appropriate Statement of Work. Each Statement of Work shall specify the scope of work, time for completion, deliverables, and total compensation for the services authorized. 2.2 Basic Services The Consultant agrees to furnish or cause to be furnished to the extent authorized by a Statement of Work all architectural and engineering professional services, as further specified below, designated as Basic Services, in the phases delineated and described herein unless modified by the Statement of Work, for the design, construction administration, project management, and satisfactory completion of the Project. The Consultant shall be responsible for correction of any errors, omissions, and/or ambiguities as determined by the Project Manager. The Consultant shall furnish sufficient personnel, equipment, and facilities and shall work such hours as necessary to assure such completion. The Consultant may be required to perform all or some of the services presented in this Agreement, depending on the needs of the Village. The Services will be provided on an on-going as needed basis. The Consultant will phase the Work required to complete a Project so that each Project is designed and constructed in the most logical, efficient, and cost-effective manner. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 17 of 40 Consultant must coordinate with the residents as necessary to review, discuss and resolve the design and any issues that may arise. The Consultant must advise the Village of its plans to coordinate with residents for approval prior to engaging residents. 2.2.1 Submittals The Consultant shall submit to the Village the deliverables listed within an issued Statement of Work in a format approved by the Village. The Village reserves the right to reject all or part of any submittals that are not complete in their content or do not meet the satisfaction of the Project Manager. The Consultant shall be totally responsible for any additional costs resulting, from such rejections and shall not be entitled to additional compensation therefor. The Consultant shall submit hard and electronic format, as specified herein or otherwise by the Village, copies of all documents required under each Project phase for review, comments, and approval by the Village. The electronic submittal required under this Agreement shall be in a format acceptable to the Village. At the request of the Village, the Consultant shall schedule a review(s) of all plans and documents with the Project Manager at the end of each Project phase, prior to initiating the next phase. 2.2.2 Opinions of Probable Cost The Consultant shall submit Opinions of Probable Cost (OPCs), as described in the Definitions, at the request of the Village. This shall be considered part of the Consultant’s compensation for Basic Services. As part of its OPC, the Consultant shall assist the Village in identifying Project Elements that are eligible for Federal/State grant-in-aid participation. The Consultant shall assist in reviewing applications prepared by the Village and the Project Manager. If meetings with grant agencies are required, attendance at such meetings will be compensated by the Village as Additional Services. The Consultant’s OPC (including construction contingency allowance), broken down by specification sections or unit prices, shall include any adjustments necessary for projected award dates, changes in requirements, or general market conditions. A Statement of Work to proceed with development of Construction Document may not be issued if the OPC, as submitted by the Consultant exceeds the total Village allocated funds for the construction of the Project. No further progress payment shall be made should the OPC in any Project phase exceed the Budget, until an alternate design is provided at no additional compensation, to bring the cost within the Project Budget limitations. Recommendations for reducing the scope of the Project in order to bring the estimated costs within Project Budget limitations, in the event that the OPC exceeds Project Budget limitations, the Consultant must update its documentation, at no additional cost to the Village, to reflect this reduced scope. Any OPC prepared by Consultant represents a reasonable estimate of cost in Consultant’s best judgment as a professional familiar with the local construction industry. 2.2.3 Drawings Throughout all Project phases, all drawings shall be produced electronically using AutoCAD software, which shall be within two (2) years of the latest release. The Consultant must submit all original working drawings in an electronic vector format with an “.dwg” drawing extension. Within the drawing, all external reference files must be bound into one file that represents each of the drawings (hardcopy/prints) in the construction document set. With each submittal, all EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 18 of 40 supporting electronic files, such as images, fonts, and line types, shall be included with the drawings. The Village retains all rights to further use of all electronic drawings as well as blocks, linotypes, layering convention and any other information contained in the electronic drawings that are needed to reproduce the drawings in the construction document set. 2.3 Project Phases 2.3.1 Concept and Data Validation Phase Based on drawings, preliminary budget, and design guidelines provided by the Village, the Village may issue a Statement of Work to Consultant to verify the accuracy and adequacy of all available information for the Project. Such verification shall include, but not be limited to, the following areas: 2.3.1.1 Project Consultant shall examine the information and documents provided by the Village and shall confirm user requirements and determine requirements for additional studies, verify the physical/spatial characteristics of the Project, and the completeness of the information and documents. Consultant may be required to prepare written descriptions of the various options and participate in presentations to multiple groups explaining alternative options. Sufficient detail must be provided to support the presentation materials. If Consultant is requested to participate in presentations, attendance at such meetings will be compensated by the Village as Additional Services. 2.3.1.2 Record Drawings The Consultant shall examine, and verify all as-built conditions as to their completeness and accuracy as depicted on the Record Drawings furnished by the Village 2.3.1.3 Project Budget The Consultant shall examine in detail, the estimated construction costs furnished by the Village. Should this cost verification reveal serious discrepancies and/or deficiencies that would impact the Project and its subsequent stages of development, the Consultant shall inform the Village in writing as to the adequacy of funds required to complete the Project through the construction phase. 2.3.1.4 Surveys The Consultant shall verify the survey information provided by the Village and incorporate such information into the design. The Consultant shall be responsible for obtaining any additional survey information that is required for the completion of the Project and was not provided by the Village. 2.3.1.5 Soils Investigation The Consultant shall prepare a soils investigation plan for use in determining soil characteristics required for proper design of the Project Elements. The plan shall show the number, spacing, and depth of borings required and shall specify such other tests and investigations as may be necessary to provide information prerequisite to the Project’s design. The Consultant shall specify, locate, and coordinate the specific borings and tests to be performed by others and shall interpret the results for application to the Project. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 19 of 40 2.3.1.6 Discrepancies Between Existing and Depicted Conditions Any discrepancies between the actual, existing conditions and conditions depicted on drawings or other information provided by the Village shall be noted by the Consultant. The actual, existing conditions shall then be incorporated into the Contract Documents. The Village shall be informed, in writing, of any discrepancy between actual and depicted conditions. 2.3.1.7 Deficiencies of Information The Consultant shall inform the Village, in writing, of any deficiencies, other than discrepancies from actual, existing conditions found during verification, in the as-built conditions, utility information, survey information and/or soils investigation which are deemed necessary to provide a satisfactory basis on which to perform the Basic Services. Upon agreement of the deficiencies by the Village, the Village may then issue a Statement of Work directing the Consultant to perform the necessary investigations and develop the required additional information as an Additional Service. At its sole option, the Village may direct a geotechnical engineering company, and independent engineering testing laboratory, a survey company, or other firm(s) under contract with the Village to provide the necessary services for the Consultant. The Consultant shall be responsible for verification of the validity, interpretation, coordination, application, and use of all supplemental information, signed and sealed, provided by any such independent consultant. 2.3.2 Schematic Design Phase Upon written confirmation from the Consultant that all elements of the Project have been identified and the Village’s cost estimates have been verified, the Village may issue a Statement of Work to prepare Schematic Design Documents. The Consultant shall review the verified Project with the Project Manager, other Village representatives as applicable, and all agencies or other governmental authorities having permitting or other approval authority with respect to the Project. If authorized in writing by the Project Manager, Project Elements or components, and suggestions of such agencies regarding required procedures, are to be followed by the Consultant. Necessary inclusions shall be made when preparing the Design Development and Contract Documents. Upon completion of the agencies’ reviews, the Consultant shall detail in writing the recommendations of the agencies to the Village and shall modify the suggested plan as appropriate and resubmit it for Village review, further modification, and for approval and agreement by the Village. As part of this phase, the Consultant shall prepare and submit deliverables including, but not limited to, the following: 2.3.2.1 Site Plan A site plan(s) of the Project, at a scale to be specified by the Village, showing the Project Elements, existing facilities, and proposed projects pertinent to or interfacing with other projects and with the remainder of the Basic Services under this Agreement. 2.3.2.2 Schematic Design Studies The Schematic Design Studies shall consist of all plans, elevations, sections, perspectives, etc., as required to show the scale and relationship of the design concept to surrounding facilities and other Project Elements plus a narrative report, setting forth in appropriate detail, the criteria to be used EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 20 of 40 in preparing the Contract Documents for the Project Elements and identifying all major equipment and systems required, including alternative items as appropriate, and Work Sequencing Schedules. These Schematic Design studies are preliminary in nature and scope. They shall be further defined, and amplifying details shall be developed, by the Consultant during subsequent phases of the Basic Services. The Village will make a determination, based on the Schematic Design studies and narrative report, of what equipment and systems will be used. In addition, the Village will, based on the investigations and recommendations developed by the Consultant, determine which equipment and other items the Village will purchase outside the Contract for this Project. Should the Village decide to purchase equipment and materials separately and furnish them to the Contractor, the Consultant shall, as part of the Basic Services, provide detailed programming and scheduling, perform follow-on liaison with vendors with respect to availability and delivery, and provide any other such Services with respect to such separately purchased and furnished equipment as would otherwise be required had said equipment not been separately purchased and furnished. 2.3.2.3 Drainage The Consultant shall prepare a preliminary drainage plan showing the direction and quantities of flows to each drain. The Schematic Design narrative report shall provide drainage calculations in sufficient details to give assurance that the Project can be used under approved design storm conditions. 2.3.2.4 Barricades, Signing, Marking and Lighting The Consultant shall prepare, as necessary, a preliminary maintenance of traffic plan and construction operations safety plan that show how the Work can be accomplished within operational constraints. It shall delineate the nature, extent, and location of site access, required temporary barricading, signing, marking, and lighting for the Project. 2.3.2.5 Work Sequence and Staging Plan The Consultant shall develop a Work Staging Plan, as requested by the Village, to avoid adverse impacts to residents or Village operations and shall advise the Village, in writing, of any adverse impacts, if any, and estimated increase in Project costs that would result from such staging plan. The Consultant shall develop a Work Sequencing Schedule showing the sequence of construction and the relative time frame within the overall construction period. Alternative plan(s) and associated cost(s) shall also be developed and submitted, along with an analysis by the Consultant of pertinent factors and relative merits of each plan. The Village shall decide which plan to use. 2.3.2.6 Outline Specification The Consultant shall prepare an outline specification that will describe the architectural and engineering requirements, earthwork, utility adjustments and relocations, drainage foundations, mechanical, electrical, utilities, lighting, signalization, signage, markings, external finishes, painting, fire protection systems, plumbing, and other incidental and special equipment being proposed for the Project, all of which will be considerations in the cost estimate. 2.3.2.7 Opinion of Probable Construction Cost The Consultant shall submit an OPC for the Project. The OPC shall include the estimated costs of constructed or acquired facilities and improvements in such detail as required by the Village EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 21 of 40 including each class of equipment, operational systems, and any other direct costs that may be included in the Project by the Village. 2.3.3 Design Development Upon confirmation to proceed from the Village, the Consultant shall prepare Design Development documents from the approved Schematic Design documents. The Design Development documents consist of Drawings, Outline Specifications, Work Sequencing Schedules, and other documents as may be necessary to fix and describe the size and character of the systems and components to be included in the Project. The systems, components, and associated controls shall integrate with and be of like character to those typically found in similar projects unless otherwise specifically approved by the Village in writing. Should the need for additional plans and/or programs become apparent during the course of developing Design Development documents, then such additional plans and programs shall be prepared and included within the Design Development documents. 2.3.3.1 Bid Package Unless otherwise stipulated in a Statement of Work, it is the Village’s intent to bid the Project in one package. The Village, though, reserves the right to direct that a Project be divided into as many contracts as required by operational constraints, adjacent project scheduling, or other reasons as determined by the Village. 2.3.3.2 Value Analysis Upon request by the Village, the Consultant shall conduct a Value Analysis, including life cycle cost analysis and recommendations to maximize value. The Village may request Consultant to present its findings to Village representatives, Village Council, or other stakeholders. 2.3.3.3 Submissions The Consultant shall submit all documents required for the Design Development documents for review and comments by the Village. The Design Development documents shall also include updates to the OPC. These updates shall be based upon the approved size and character of the components of the Project Elements and the incorporation of Village approved recommendations. If the OPC indicates that the Project cost shall be more than the approved OPC in the Schematic Design Phase, then no further progress payment shall be made until an alternate design is provided, at no additional compensation, to bring the OPC within or below the approved OPC in the Schematic Design Phase. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to the Contract Document Phase until all comments have been addressed and the appropriate written approvals have been received from the Village. 2.3.3.4 Exhibits The Consultant shall prepare any exhibits required to convey the intent of the design for presentation to the Village for the Village and any other stakeholders’ review. The Consultant shall resolve all comments, including a follow-up presentation if required. 2.3.3.5 Permitting Review The Consultant shall also, to the extent applicable based on refinements and amplifications effected during the Design Development Phase, review pertinent documents with agencies having permitting or other approval authority with respect to the Project, including those agencies previously consulted in earlier phases, to obtain reviews of such agencies. The Consultant shall EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 22 of 40 report in writing the findings of such reviews and provide recommendations for approval by the Village relative to such findings for implementation by the Consultant. 2.3.4 Contract Documents Upon written direction from the Village, the Consultant shall proceed with the development of Contract Documents from the approved Design Development documents, or other documents provided by the Village. Unless otherwise specified in a Statement of Work, Consultant shall prepare 30%, 75%, and 100%, Contract Documents for review and comment by the Village. 2.3.4.1 30% Contract Documents The Consultant shall submit all documents required under this phase for review and comments by the Village. The 30% Contract Documents submittal shall apply to all applicable disciplines including, but not limited to, architectural, structural, mechanical/HVAC/plumbing/fire protection, electrical, and civil. The 30% Contract Documents submittal shall also include updates to the OPC. If the OPC indicates the cost will be higher than the prior approved OPC, then no further progress payments shall be made until the Consultant provides an alternate design at no additional cost to the Village. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to development of 75% Contract Documents until all comments have been addressed and the appropriate written approvals have been received from the Village. 2.3.4.2 75% Contract Documents Upon approval of the 30% Contract Documents, the Consultant shall prepare 75% Contract Documents. Using the documents prepared under this Article, the Consultant shall submit for review the necessary portions of the Contract Documents to authorities, including, but not limited, County, State, and/or Federal, having jurisdiction over the Project by law or contract with the Village. Said documents shall be sufficient to be permitted as applicable by such authorities. The Consultant shall develop a coordinated plan of execution for this Phase, which will include an outline, or index, of the contents of the Contract Documents along with a schedule(s) for completion. The Consultant shall prepare Plans in a manner that will ensure clarity of line work, notes and dimensions when reduced to 50% of the original size. After acceptance by the Village, the Plans shall become part of the Contract Documents. The Technical Specifications shall provide that a system of quality control and quality assurance be a requirement of the work. The quality control and quality assurance system shall provide procedures to be used by the Contractor and the Consultant to assure the quality of all materials, equipment systems, and furnishings function as intended and are equal to or better than called for in the specifications. The Consultant shall submit all documents required under this phase for review and comments by the Village. The 75% Contract Documents submittal shall apply to all applicable disciplines including, but not limited to, architectural, structural, mechanical/HVAC/plumbing/fire protection, electrical, and civil. The 75% Contract Documents submittal shall also include updates to the OPC. If the OPC indicates the cost will be higher than the prior approved OPC, then no further progress payments shall be made until the Consultant provides an alternate design at no additional cost to the Village. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to development of 100% Contract Documents until all comments have been addressed and the appropriate written approvals have been received from the Village. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 23 of 40 2.3.4.3 100% Contract Documents Upon approval of the 75% Contract Documents, the Consultant shall prepare 100% Contract Documents. The Consultant shall submit all documents required under this phase for review and comments by the Village. The 100% Contract Documents submittal shall apply to all applicable disciplines including, but not limited to, architectural, structural, mechanical/HVAC/plumbing/fire protection, electrical, and civil. The 100% Contract Documents submittal shall also include updates to the OPC. If the OPC indicates the cost will be higher than the prior approved OPC, then no further progress payments shall be made until the Consultant provides an alternate design at no additional cost to the Village. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to development of Bid Documents until all comments have been addressed and the appropriate written approvals have been received from the Village. 2.3.5 Bidding and Award of Contracts After review by the Village of the 100% Contract Documents, the Consultant shall respond to all comments in writing within seven (7) calendar days after receipt of the comments from the Village, acknowledging acceptance of the comments that will be incorporated into the documents during the Bidding and Award of Contracts phase and identifying the rejection of comments not to be incorporated as approved by the Village. The Consultant shall assemble and submit a consolidated set of 100% Contract Documents for back-check by the Village. This set will reflect the revisions required after the 100% review by the Village. The Consultant shall recommend and justify to the Village the overall Project Contract Time, Phasing, Interim Completion Time(s), the amounts of liquidated damages, and any allowances to be incorporated into the Contract Documents. Upon request from the Village, the Consultant shall assist the Village in obtaining bids, responding in writing to Bidders’ inquiries, preparation of addenda, evaluation of Bids and Bidders, and awarding of a Contract(s) for all or a portion of the Work that was bid pursuant to the Contract Documents. The Consultant shall also attend and participate in pre-bid conferences and/or bid openings upon request by the Village. If the lowest responsive Base Bid for a Project exceeds the total authorized construction budget provided to the Consultant, as may be modified from time to time prior to soliciting bids, by 10% or more, then the Village may direct the Consultant to revise the scope of construction to bring the OPC within the total authorized construction budget at no additional cost to the Village. 2.3.6 Construction Administration Upon receipt of a Statement of Work for Construction Administration Services, the Consultant shall provide the Services as set forth herein. The Construction Administration Services shall commence upon receipt of the Statement of Work and end when the final request for payment from the Contractor has been approved by the Village, the Consultant has submitted its Report of Contract Completion, the As-Built Drawings have been received by the Village, and all other Services required, including warranty-related services, has been completed. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 24 of 40 2.3.6.1 Field Visits and Observations Reports The Consultant shall approve the overall progress schedule, schedule of shop drawings submissions, schedule of values, and other schedules required of the Contractor under the Contract Documents. The Consultant shall visit the Work at least once per week, unless otherwise stated in the Statement of Work, evaluate the work for compliance with the Contract Documents, prepare and submit to the Village a detailed written and sequentially numbered report of the observed conditions of the Work, the progress of the Work, and other Work observations, as found or made during each visit to the Work. Such report shall be submitted to the Village at least monthly, unless otherwise stated in the Statement of Work, or more frequently on an interim basis if necessary to prevent or mitigate any increase in Project costs or damages to the Village. The Consultant will not be held responsible for the means, method, techniques, sequences or procedures used, or for safety precautions and programs, in connection with the Work performed by the Contractor, but shall immediately report to the Village any observations of conditions, which in his/her judgment would endanger persons or property or which might result in liabilities to the Village. 2.3.6.2 Certificates for Payment The Consultant shall review and certify the amounts due the Contractor and issue Certificates for Payment in such amounts. The Consultant’s certification for payment shall constitute a representation to the Village, based on the Consultant’s evaluation of the Work and on the data comprising the Contractor’s Application for Payment, that the Work has progressed to the point indicated and that, to the best of the Consultant’s knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to minor deviations from the contract documents correctable prior to completion and to specific qualifications indicated by the Consultant. Such certification shall be based on the Consultant’s review and acceptance of the following, nonexclusive list: 1. An evaluation of the Work for conformance with the Contract Documents; 2. The verification of the Contractor’s measurements for work satisfactorily completed; 3. The results of any subsequent test required by the Contract Documents; 4. The review of as-built drawings to determine completeness and accuracy up to the date of the pay request; 5. Any specific qualifications stated in the request for payment; and 6. The confirmation of the cost of labor, materials, and equipment for cost-plus work including disputed work. 2.3.6.3 Review of Claims The Consultant shall assist the Project Manager and other Village personnel or consultants in reviewing and evaluating all Contractor’s claims relating to the cost, execution, and progress of the Work and on all other matters or questions related thereto, including, but not limited to, any change orders, Statements of Work, and potential Statements of Work. 2.3.6.4 Special Inspections The Consultant shall have authority to require special inspection or testing of any Work questioned as to conformity with the Contract Documents whether or not such Work has been fabricated and delivered to the Project, or installed and completed. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 25 of 40 2.3.6.5 Review of Shop Drawings and As-Builts The Consultant shall promptly review and approve shop drawings, samples, and other submissions of the Contractor(s) for conformance with the design concept of the Project Element(s) and for compliance with the information given in the Contract Documents. The Consultant shall render decisions, issue interpretations, and issue correction orders within the times specified in the Contract Documents or, absent such specification, on such timely basis so as not to delay the progress of Work as depicted in the approved construction schedule. Should the Consultant fail to perform these services within the time frames specified in the Contract Documents or, if no time frames are specified, in a timely manner so that such failure causes a delay in the progress of the Work, the Consultant shall be liable for any damages to the Village resulting from such delay including, but not limited to, damages related to delays and inefficiencies incurred by the Contractor for which the Village may be responsible. 2.3.6.6 Revisions to Contract Documents The Consultant shall revise Plans, specifications and other Contract Documents as necessary, shall review Change Orders, Statements of Work, and other appropriate documentation prepared by the Project Manager, and shall assist the Project Manager and Village in negotiations with the Contractor(s) with respect to all changes in the Work. If the need to revise Plans, specifications and other Contract Documents and/or to review Change Orders, Statements of Work, and other documentation is a result directly or indirectly of errors, omissions, and/or ambiguities in the Services rendered by the Consultant, including Sub-consultants, then such work shall be provided by the Consultant at no additional cost to the Village. 2.3.6.7 Substantial Completion and Final Acceptance The Consultant shall, prior to Substantial Completion of the Work, inspect the Work with the Project Manager, to determine initial Punch List items and to ensure that all Work has been commissioned in accordance with the requirements of the Contract Documents. The Consultant shall re-inspect the work with the Project Manager as many times thereafter as is needed to establish a time of Substantial Completion. The Consultant shall review each edition of the Punch List before it is issued by the Project Manager. The Punch List shall record defects observed in the Work and incomplete commissioning in first and succeeding visits, and defects corrected (recorded by striking items from the punch list or by identifying items as corrected). a. Contractor’s Closeout Submittals and Actions The Consultant shall review the Project Manager’s record of closeout submittals and actions for concurrence. b. Determination of Substantial Completion When the Punch List has been reduced to the point at which, in the judgment of the Consultant and Project Manager, the Work can be immediately utilized for its intended purpose, division of responsibility for carryover items from the Contractor to Village has been set forth, and all Punch List items are judged to be capable of completion in not more than 60 days or such other time as may be otherwise approved by the Village, upon recommendation of the Project Manager, the Consultant shall review, concur, and upon approval by the Village, set the date of Substantial Completion. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 26 of 40 c. Certificate of Occupancy If a Certificate of Occupancy is required on the Project, the Consultant and Project Manager shall not certify the Work as substantially complete until a Certificate of Occupancy has been issued in accordance with the Florida Building Code. d. Determination That the Work is Not Substantially Complete If the required submittals and actions by the Contractor are deficient, or if in the judgment of the Project Manager the Work will not be ready for final acceptance within the time parameters specified herein, the Consultant shall notify the Project Manager, the Village, and the Contractor in writing that Substantial Completion cannot be declared, and include a list of deficient Contractor’s submittals, deficient Contractor’s actions, defective or incomplete items in the Work, and any other supporting reasons the Project Manager and/or the Consultant may wish to state.\ e. Retainage for Uncompleted Work The Consultant shall review and concur with the Project Manager’s recommendation of an amount to be held as retainage that will ensure that the Village can employ other contractors to complete each item of work in the event of the Contractor’s failure to complete. Upon approval by the Village, this retainage for uncompleted work shall be deducted from the retainage amount otherwise due the Contractor at the time of Substantial Completion. Retainage for uncompleted work will not be paid until the Contractor completes all uncompleted items. f. Final Acceptance When in the judgment of the Project Manager and the Consultant the Work is complete, the date of Final Acceptance shall be set by the Village. g. Post-Final Acceptance The Consultant shall furnish to the Village at the Consultant’s expense a final, complete, and fully updated record set of documents. The record drawings shall be submitted in the following formats: • Two (2) sets of 30” x 42” Electrostatic black line prints; and • Two (2) sets of electronic drawings: o Based on submission date, the .dwg version must be within two years of the AutoCad version currently available. Transmission may be through CD, DVD, or external hard drive. The complete set of Record Drawings shall include all pertinent shop drawings as well as the Plans included in the Contract Documents as adjusted to comply with the as-built Work. The Consultant shall verify that all Record Drawings prepared by the Contractor are prepared in a manner that will ensure clarity of line work, notes, and dimensions. The Consultant shall provide a certification of the quality of all equipment and systems that are part of the finished work. The Consultant shall furnish to the Village in an electronic database (Microsoft Excel 2000 or later) an index, summary, and copies of all warranty documents required to be furnished by Contractor under the consolidated Contract Documents. The Project Manager and Contractor will be responsible for providing an index and summary list of equipment by serial number and indicate for each the warranties, the term, conditions, and the purported legal enforcement and recourse EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 27 of 40 rights of the Village as indicated by the language in the Warranty. This list shall be reviewed by the Consultant. The Consultant shall inspect the entire Project thirty (30) days prior to the expiration of the warranties. The Consultant shall report its findings to the Village sufficiently prior to the end of the warranty period to enable the Village to issue an action report to the Contractor prior to expiration of the warranty period. The Consultant’s report shall be complete with specific recommendations covering any portion of the Work to be repaired or replaced. In addition to the requirements set forth above, the Consultant shall perform those duties of the Consultant as set forth in the Contract Documents. 2.3.7 Meetings and Reports 2.3.7.1 Meetings As part of providing the Basic Services, the Consultant shall attend all meetings wherein information relating to the Basic Services is discussed, and shall provide consultation to the Village regarding such information. These meetings shall include, but shall not necessarily be limited to, regularly scheduled meetings concerning design coordination, and such other meetings, whether regularly scheduled or specially called, as may be necessary to enable the Consultant to coordinate his/her Services with, and provide information to and/or obtain information from, the Village, its consultants and contractors, and all others with whom coordination or liaison must take place in order to fulfill the intent and purposes of this Agreement and the Contract Documents. Unless otherwise directed by the Village, the Consultant shall prepare and disseminate in a timely manner meeting notices and agenda, briefing materials, meeting minutes, meeting reports, etc., appropriate to such meetings. 2.3.7.2 Reports In addition to any specific reports called for elsewhere in this Agreement, the Consultant shall submit to the Village a monthly progress report of the status and/or results of all Services required to be performed under this Agreement. This Report shall be submitted with the invoice for Services performed during the corresponding period. Each report shall include but not be limited to: a brief narrative the progress made during the previous month and the estimated incremental and total percentages of each assigned Project Element that have been completed; any problem(s) encountered during the month and any actions taken to solve or alleviate the problem(s); any changes which may have occurred in the projected dates of the events; a statement from the Consultant as to each Project Element that the Project is either on schedule or the Project Element is not on schedule and should the latter be stated, then the Consultant shall also state the length of delay and the reasons for the delay. The Consultant shall explicitly state recommendations for alleviating the delay and in subsequent monthly progress reports state whether or not the delay has been alleviated. Such report shall also relate the aggregate services performed to the total compensation paid and payable to the Consultant hereunder for each Phase of the Basic Service as set forth in the corresponding invoice for payment. 2.4 Statement of Work When the Village has determined that a specific phase of a Project or a Project is to proceed, the Village will request the Consultant prepare a Statement of Work Proposal on a form provided by the Village. The Village will provide a preliminary scope of work for the Consultant to base its EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 28 of 40 Statement of Work Proposal from, and the Village and Consultant may have preliminary meetings to further define the Scope of Services and to resolve any questions. The Statement of Work Proposal must include the proposed Scope of Services, total time for performance, time for per of each task, phase or deliverable, staffing, including proposed hours per individual and/or classification, proposed fees, Subconsultants, and deliverable items and/or documents. The Village may accept, reject, or negotiate revisions to the Statement of Work Proposal. Upon conclusion of negotiations, the Consultant may be required to submit a final, revised Statement of Work Proposal. Upon approval of the Statement of Work Proposal, the Village Manger will issue an executed Statement of Work for the Project. The Village reserves the right to terminate negotiations and not issue a Statement of Work to Consultant. Request for a Statement of Work Proposal shall not be construed as a guarantee of work. It is understood that a Statement of Work may be issued under this Agreement at the sole discretion of the Village, and that the Consultant has no expectation, entitlement, right to or privilege to receive a Statement of Work for any Project or task. The Village reserves at all times the right to perform any or all Professional Services in-house, or with other private professional architects or engineers as provided by Section 287.055, Florida Statutes, as amended, (Consultants' Competitive Negotiation Act) or to discontinue or withdraw any or all Projects or tasks or to exercise any other choice allowed by law. 3. Additional Services 3.1 General Services categorized below as “Additional Services” may be specified and authorized by Village and are normally considered to be beyond the scope of the Basic Services. Additional Services must be authorized in a Statement of Work and will be compensated for as provided in Section 5, Compensation & Payments. Examples Except as may be specified in this Agreement, Additional Services may include, but are not limited to the following: Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by Village. Specialty Design: Any additional special professional services not included in the Scope of Services. Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of Village’s personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, subcontractor, or equipment manufacturer. Provide Commissioning Services as part of systems start-up. Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by Village and are due to causes beyond the control of Consultant. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 29 of 40 (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). Expert Witness: Preparing to serve or serving as an expert witness in connection with any arbitration proceeding or legal proceeding, providing, however, that Consultant cannot testify against Village in any proceeding during the course of this Agreement. Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted engineering practice related to construction. 3.2 Additional Design The Village may, at its option, elect to proceed with additional design work, which shall be handled in accordance with the requirement for Additional Services. 3.3 Project Management The Village may request the Consultant to act as Project Manager for Projects not designed by the Consultant. In such circumstances the Service will be compensated as an Additional Service. Project Management Services shall be conducted in accordance with the following provisions: 3.3.1 General Project Manager shall coordinate, attend, conduct, record, and assist the Village at all Project meetings. Project Manager shall direct the Consultant (Project Engineer or Architect) or Contractor to prepare meeting minutes. In the absence of meeting minutes prepared by others, Project Manager will provide the Village with minutes from such meetings. Project Manager shall review for accuracy the minutes of such meetings prepared by either the Consultant, Contractor, or others. Project Manager shall clarify, amend and report any discrepancies affecting the Project. Project Manager, in general, shall coordinate all Project matters. The Project Manager shall develop and continuously update a Master Schedule (for each Project). This shall include: • All development, design and construction activities conducted by: o Consultant(s) o Village (Staff, Council, or other Village representatives) o Project Manager o Additional third-party consultants (if any) o Contractor(s) • All activities required for o Agency interface, reviews, and approvals o Additional consultant selection o Project development o Planning, design, bidding, construction, and occupancy Project Manager shall also prepare 30-day look-ahead task schedules for each project and on a continuous basis. 3.3.1.1 Roles and Responsibilities Matrix Project Manager shall develop a comprehensive roles and responsibility matrix (for each Project). This matrix shall define all tasks related to the activities above (for each project) and clearly define EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 30 of 40 who is responsible, who is to be informed/consulted and who has approval authority. This matrix will be updated each time a role changes or a task is added. Throughout Project development, Project Manager shall utilize the roles and responsibility matrix to identify any third-party resources required. Should an additional resource be required, the Project Manager shall define their scope of work and recommend a method of procurement (in accordance with Village requirements) for Village approval. Project Manager shall then develop specifications and coordinate with Village Procurement staff to draft any RFQ’s/RFP’s required for selection and facilitate the Village’s solicitation, evaluation, selection and contracting of successful parties. 3.3.1.2 Reports Project Manager shall furnish to the Village reports containing: (a) the status of each Project; (b) a comparison of the Project budget to costs incurred through the date of the report; (c) a comparison of the Project schedule to the work actually completed through the date of the report; (d) any revision to the Project schedule or Project Budget made during the period covered by the report; (e) a summary of change orders made during the period covered by the report; (f) a list of all pending change orders and all outstanding issues requiring action or approval by Village; (g) the status of any governmental requirements and activities required to facilitate approval of the Project; and (h) any other reports concerning the Project as Village may reasonably request. 3.3.1.3 Financial Oversight Project Manager shall provide financial oversight services for each Project, including but not limited to (a) preparing budgets; (b) preparing monthly variance reports; (c) monthly Project payment application processing related to assembling, reviewing and forwarding to Village for payment the invoices from the Consultant and Contractor and other consultants; and (d) processing and coordinating the payment for applications for payment. Project Manager shall provide such reports in an electronic format in a form acceptable to Village. 3.3.2 Construction Phase Services Project Manager shall provide continuous onsite management services, including being responsible for the coordination of all construction activity, including recommending various alternative courses of action when construction contractors are not performing work in accordance with the contract documents. Project Manager shall conduct weekly onsite coordination meetings and daily quality control. Project Manager shall coordinate with the Contractors for site access control. 3.3.2.1 Pre-construction meeting Project Manager shall conduct a general pre-construction meeting prior to the start of construction and in-depth pre-construction meetings with all major trade contractors prior to the start of their work activities. 3.3.2.2 Village Representation Project Manager shall represent the Village in its communications with the Consultant(s) and Contractor(s); schedule, attend, and conduct progress meetings, regular on-site meetings to review construction progress and pay requests and to provide appropriate recommendations to the Village concerning the Village’s decisions on construction matters, including, where necessary, alternative EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 31 of 40 designs or materials; and coordinate, review and advise the Village concerning, change orders, submittals, and requests for information. 3.3.2.3 Review of Change Orders, Schedules, Budgets, and Applications for Payment Project Manager shall: (i) assist and review the processing of change orders, (ii) advise Village concerning the necessity for, scope of and recommended cost of change orders, and (iii) negotiate, on Village’s behalf, all change orders with Contractor for Village approval. The final Project Budget and/or Project Schedule, as applicable, will be revised to reflect approved change orders. Project Manager shall review applications for payment by Consultant(s) and Contractor, review and certify certificates for payment issued by Consultant(s) and make written recommendations to Village concerning payment. Project Manager’s certification for payment shall constitute a representation to the Village that, to the best of the Project Manager’s knowledge, information, and belief, the work has progressed to the point indicated and the quality of the work is in accordance with the Contract Documents. The issuance of a certificate for payment shall further constitute a representation that the Contractor or Consultant is entitled to payment in the amount certified. In conjunction with the Contractor who has prime contractual responsibility, the Project Manager shall additionally review and advise the Village concerning the adequacy of the Contractor’s personnel and equipment, and the availability of materials and supplies to meet the Contractor’s schedules in relation to the Project Schedule. Project Manager shall direct prime Contractor(s) (and others, where appropriate) to prepare and update a critical path schedule for completion of the applicable work. In the event of delays impacting the critical path schedule, Project Manager shall make recommendations to Village for corrective action by Contractor and review Contractor’s recommendations for corrective action. Project Manager shall advise the Village concerning the procurement of materials by Contractor regarding budget and schedule implications. 3.3.2.4 Review and Approval of Shop Drawings and Product Data Project Manager shall coordinate Consultant review and approval of shop drawings, product data and other submittals by a Contractor. Project Manager shall obtain from Contractor record drawings or, if required by the applicable Project construction contract, As-Built drawings, as construction completes. 3.3.2.5 Contract Enforcement Project Manager shall enforce each Contractor’s contract to maintain a daily log containing the number of workers, equipment, work accomplished, daily weather, problems encountered and other relevant data as the Village may require. Although Project Manager shall not guarantee the performance by Contractor, Project Manager shall recommend courses of action to the Village when Village or Project Manager becomes aware that requirements of any Project Contract Documents are not being fulfilled, or when Contractor falls behind in its schedule; shall communicate recommendations, as directed by the Village, to Contractor on behalf of the Village; shall monitor Contractor's performance of such recommendations; and shall report Contractor's progress to the Village on at least a monthly basis. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 32 of 40 3.3.2.6 Nonconforming Work Project Manager shall notify the Village in writing, with photos and supporting documentation, if Project Manager becomes aware that the work of Contractor is not being performed in accordance with the requirements of the Contract Documents. As appropriate, Project Manager shall, with written authorization from the Village, require additional inspection or testing of the work in accordance with the provisions of the Contract Documents, whether or not such work is covered, installed or completed. Project Manager shall review any and all test reports and notify the Village, the Consultant and the Contractor, as appropriate, of deficiencies in the work of which Project Manager becomes aware and shall advise the Village of projected consequences of such default and shall make recommendations to Village with respect thereto. With the written authorization of Village, Project Manager shall reject work which does not conform to the requirements of the applicable Contract Documents. 3.3.2.7 Substantial Completion and Final Acceptance Project Manager shall attend on-site review of each Project to confirm substantial and final completion of the construction of the Project, and notify Village when Project Manager believes the work under a Project construction contract is substantially complete and that a Punch List should be prepared. Project Manager shall coordinate with the Consultant in its review of the work to enable the Consultant to determine the date of Substantial Completion. At the Substantial Completion by Contractor of the work, Project Manager shall monitor the Consultant in its inspection of the work and preparation of a detailed Punch List specifying any items which require completion, installation, correction or repair. Project Manager will consult with Village and/or Consultant(s) in connection with recommendations for the rejection and replacement of all nonconforming work, as appropriate. Project Manager shall complete the final close-out of each Project by: (i) obtaining, or causing the Contractor to obtain, all government approvals required for the legal use and occupancy of the Project, (ii) obtaining all warranties, guarantees, bonds, insurance certificates, installation manuals, and other items required pursuant to the Project construction contracts, (iii) obtaining all affidavits, waivers, and releases the Contractors are required to provide pursuant to the Project construction contracts to achieve final completion of the Project, (iv) analyzing all claims (including change order disputes and other claims for extra compensation) asserted by the Contractors and the Consultants, (v) collecting and/or otherwise resolving any and all back charge claims that Village may assert against any Consultant or Contractors, including assistance with any legal proceedings instituted by Village and/or any Consultant or Contractor, and/or (vi) representing Village at meetings and/or inspections scheduled by Village and held to resolve problems relating to design, physical condition or operation of the Project to seek enforcement of warranties. 3.3.2.8 Testing and Start-up Together with the Consultant and Village, Project Manager shall monitor and observe the testing and start-up of all utilities, systems and equipment for a Project and review test reports. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 33 of 40 3.3.2.9 Safety and Security While performing the Work, the Project Manager shall promptly inform the Village if the Project Manager becomes aware of any security concerns and/or unsafe conditions. 4. Reimbursable Expenses 4.1 General Reimbursable Expenses cover those services and items authorized by Village in addition to the Basic and Additional Services and consist of actual, direct expenditures made by Consultant and the Subconsultant for the purposes listed below. Transportation, travel and per diem expenses within Dade, Broward, or Palm Beach Counties must not be considered as reimbursable expenses under this Agreement. Additional Reimbursable Expenses include, but are not limited to: Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant’s various permanent offices and Subconsultant. Consultant’s field office at the Project site is not considered a permanent office. Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of Consultant’s part of the work, set forth in this Agreement. Surveys: Site surveys and special purpose surveys costs authorized by the Village. Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs authorized by the Village. Fees: All permit fees, review fees and other similar fees paid to regulatory agencies for approvals directly attributable to the Project. 4.2 Subconsultant Reimbursables Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant‘s agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Village Manager and subject to all budgetary limitations of the Village and requirements of this Agreement. 5. Compensation and Payments 5.1 Method of Compensation The fees for Professional Services for the Project and each Statement of Work must be determined by one of the following methods or a combination thereof, at the option of the Village Manager or designee, with the consent of the Consultant. A Lump Sum, which may include not to exceed components in accordance with Section 5.4.1 below. An Hourly Rate, in accordance with Section 5.4.2 below and at the rates set forth in the Agreement. A Percentage of Construction Cost, in accordance with Section 5.4.3 below. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 34 of 40 A Statement of Work for Additional services will be determined by one of the following methods or a combination thereof, at the option of the Village Manager or designee, with the agreement of the Consultant. 1. A Lump Sum, which may include not to exceed components in accordance with 5.4.1 below. 2. An Hourly Rate, in accordance with 5.4.2 below and at the rates set forth in the Agreement. 5.2 Consultant Not To Exceed Absent an amendment to the Agreement or to any specific Statement of Work, any maximum dollar or percentage amounts stated for compensation must not be exceeded. In the event they are so exceeded, the Village must have no liability or responsibility for paying any amount of such excess, which will be at Consultant’s own cost and expense. 5.3 Wage Rates 5.3.1 Fee Basis All fees and compensation payable under this Agreement must be formulated and based upon the certified negotiated Wage Rates stated in Exhibit C of the Agreement. Said Wage Rates are the effective direct hourly rates, as approved by the Village, of Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. Should the Consultant intend to utilize personnel or Subconsultants for a Project where the Wage Rates have not been established, the Consultant must request that the Village add the person or Subconsultant’s wage rates to Exhibit C. The Village may require that the Consultant provide documentation substantiating the request. 5.3.2 Employees and Job Classifications Form SC identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These may include engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the Village reserves the right to recommend the use of Consultant employees at particular Wage Rate levels. Consultant must not include any profession, job category or employees in a Statement of Work Proposal that do not appear on Form SC. Consultant must submit a request to the Village to add such to Form SC prior to the submittal of any affected Statement of Work Proposal. 5.3.3 Multiplier For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field must apply to Consultant’s hourly Wage Rates in calculating compensation payable by the Village. Should the Consultant have an approved multiplier with the State of Florida or Miami Dade County, the Village may elect to utilize either of these multipliers should they be less than above stipulated rates. Said multiplier is intended to cover Consultant’s employee benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance and unemployment benefits) and Consultant’s profit, and overhead including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 35 of 40 equipment, professional dues, subscriptions, stenographic, administrative and clerical support, management and supervisory responsibilities, time or travel and subsistence not directly related to a Project. The multiplier must not be applied to the Principal, owner, or partner of the Consultant except where they are preparing drawings or specifications, preparing a study report, or similar tasks. 5.3.4 Calculation Said Wage Rates are to be utilized by Consultant in calculating compensation payable for a Statement of Work Proposals requested by Village. Consultant must identify job classifications, available staff and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones and deliverables identified in a request for a Statement of Work Proposal. 5.3.5 Wage Rate Adjustments The Consultant may request an adjustment to the Wage Rates on an annual basis. Such request may only be made where there has been an actual increase in a Wage Rate(s) by the Consultant. The Village may also adjust the or where the Village Manager determines that extenuation circumstances exist. The maximum the Wage Rates depicted in Exhibit C may be adjusted at the Consultant’s request must be based on the Miami – Fort Lauderdale Consumer Price Index issued by the U.S. Department of Labor, Bureau of Labor Statistics. Such adjustment must be calculated by multiplying the ratio of the index in effect at that time divided by the previous year’s index by the hourly rate entries in the Wage Rate Schedule to determine the adjusted Wage Rate Schedule. In no event must the Wage Rate increase by more than three percent (3%) in any one year period. 5.4 Computation of Fees and Compensation The Village agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: 5.4.1 Lump Sum Compensation for a Scope of Work will typically be a Lump Sum, either a Fixed Fee or Not to Exceed Fee as deemed appropriate by the Village, to be mutually agreed upon in writing by the Village and the Consultant and stated in a Statement of Work. Lump Sum, and Lump Sum not to Exceed methods of compensation are the preferred methods of compensation. The Lump Sum or Lump Sum not to Exceed will be calculated utilizing the Wage Rates established in Exhibit C. Such Fee(s) will be subject to validation by the Village and the Village may request additional information to substantiate the Fee(s). Lump Sum Fixed Fee: must be the total amount of compensation to be paid to the Consultant for the Services performed on a specific Project, or phase or task under a Statement of Work. Payments to the Consultant must be based on a percentage of completion basis. Lump Sum Not to Exceed Fee must establish the maximum amount of compensation to be paid to the Consultant for the Services performed on a specific Project, or phase, or task under a Statement of Work. Payments to the Consultant must be based on the actual work effort required to complete the Project, phase or task. Guaranteed Maximum Lump Sum: must be the total maximum fee amount payable by Village wherein certain aspects, tasks or allowances may not be defined, quantified and EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 36 of 40 calculated at the time of a Statement of Work issuance. A Guaranteed Maximum Lump Sum compensation may represent a combination of Fixed Fees for professional services and not to exceed allowances for Reimbursable Expenses or Additional Services. Lump Sum Fee Adjustment: Where the Village authorizes a substantial or material change in the Scope of Work, the Lump Sum Base Fee may be equitably adjusted by mutually consent of the parties, which must be reflected in an amendment to the Statement of Work. Lump Sum Fees must be calculated by Consultant utilizing the Wage Rates established in Exhibit C of the Agreement. 5.4.2 Hourly Rate Fees Hourly Rate Fees must be those rates for Consultant and Subconsultant employees identified in Exhibit C, Wage Rates. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The Village shall have no liability for any fee, cost or expense above this figure. Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man- hours, or milestones for a particular Project or portion thereof at the time of a Statement of Work issuance. In such cases, the Village will establish an Allowance in the Statement of Work that must serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. Consultant must maintain records acceptable to the Village to track the hours of work performed by each person. 5.4.3 Percentage of Construction Cost This is a percentage fee based on the Project Budget as mutually agreed upon in writing by the Village and the Consultant and stated in a Statement of Work or Notice to Proceed 5.5 Reimbursable Expenses Any fees for authorized reimbursable expenses must not include charges for any expenses identified in Section 5.3.3, Multiplier. All reimbursable services must be billed to the Village at direct cost expended by the Consultant. Village authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The Village will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Village Manager or designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. 5.6 Fees for Additive or Deductive Alternates The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Village Manager will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget must be authorized through a Statement of Work and must be billed to Village as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Village Manager and the Consultant. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 37 of 40 5.7 Fees for Additional Services The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement. Determination of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum; Hourly Rate with a Not to Exceed Limit, or Percentage of Construction Cost. 5.8 Procedure and Compliance An independent and detailed Statement of Work or an Amendment to a previously issued Statement of Work must be required to be issued and signed by the Village Manager for each additional service requested by the Village. The Statement of Work will specify the fee for such service and upper limit of the fee, which must not be exceeded, and must comply with the Village’s regulations, including the Purchasing Ordinance, the Consultant’s Competitive Negotiation Act, and other applicable laws. 5.9 Payment Exclusions Consultant must not be compensated by Village for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of Consultant as determined by Village. 5.10 Fees Resulting From Project Suspension If a Project is suspended for the convenience of the Village for more than three (3) months or terminated without any cause in whole or in part, during any Phase, the Consultant must be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant’s further compensation must be subject to renegotiations. 5.11 Payments to the Consultant 5.11.1 Payments Generally Payments for Basic Services may be requested monthly in proportion to Services performed during each Phase of the Work. Subconsultant fees and Reimbursable Expenses must be billed to the Village in the actual amount paid by Consultant. Consultant must utilize the Village standard Consultant Invoice Form that will be provided to the Consultant. Payment will be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of Consultant’s invoice, after receipt of Consultant’s invoice, which must be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should Village require one to be performed. If Consultant is entitled to reimbursement of travel expenses, then all bills for travel expenses must be submitted in accordance with Section 112.061, Florida Statutes. Consultant must submit all requests for payment using the Village’s standard Consultant Invoice form. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 38 of 40 5.11.2 For Comprehensive Basic Services For those Projects and Statements of Work contain multiple phases or task, payments must not exceed the amount stipulated for each phase and the aggregate payment must not exceed the total value of the Statement of Work 5.11.3 Billing – Hourly Rate Invoices submitted by Consultant must be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When Services are authorized on an Hourly Rate basis, the Consultant must submit for approval by the Village Manager, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a Project, phase or task. , Reimbursable Services Cost should then be added to the sum for the total charges for the personnel. The Consultant must attach to the invoice all supporting data for payments made to and incurred by Subconsultants engaged on the Project. In addition to the invoice, the Consultant must, for Hourly Rate authorizations, submit a progress report giving an update on the completion of the Project and/or the applicable phase or task. 5.11.4 Reimbursable Expenses 1. General Reimbursable Expenses are those items authorized by the Village outside of or in addition to the Scope of Work as identified in the Statement of Work (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultant’s Subconsultants for the following: 2. Transportation: Identifiable transportation expenses in connection with the Project, subject to Section 112.061, Florida Statutes, as amended, excluding, however, all, general automobile transportation expenses within Miami- Dade, and Broward counties. Transportation expenses to locations outside the Miami-Dade-Broward-Palm Beach County area or from locations outside the Miami-Dade-Broward area will not be reimbursed unless specifically pre-authorized in writing by the Village Manager. 3. Travel and Per Diem: Identifiable per diem, meals and lodging, lodging, taxi fares and miscellaneous travel-connected expenses for Consultant’s personnel are subject to Section 112.061 Florida Statutes as amended. Meals for class C travel inside Miami-Dade or Broward County will not be reimbursed. Meals and lodging expenses will not be reimbursed for temporarily relocating Consultant’s employees from one of Consultant’s offices to another office if the employee is relocated for more than five (5) consecutive working days. Lodging will be reimbursed only for room rates equivalent to Holiday Inn, Howard Johnson or Ramada Inn. Governmental lodging or meals will not be reimbursed that result from travel within Miami-Dade, Broward or Palm Beach Counties. Travel and per diem expenses are subject to the prior approval of the Village Manager. 4. Communication Expenses: Identifiable communication expenses approved, in writing and in advance by the Village Manager, including long distance telephone, courier and express mail between the Consultant’s various permanent offices. The Consultant’s field office at the Project site is not considered a permanent office. Express mail or courier services are to be used only where there are significant time constraints. 5. Reproduction, Photography: EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-05 Page 39 of 40 Cost of printing, reproduction or photography, which is required by or of Consultant to deliver services, set forth in this Agreement. 6. Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. 7. Reimbursements to Subconsultants: Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Village Manager and subject to all budgetary limitations of the Village and requirements of this Agreement. EXHIBIT “C” RATE SCHEDULE Contract No. 2021-08-05 Page 40 of 40 Title Hourly Rate Contract Manager/Principal $205.00 Architect N/A CADD/Computer Technician $71.00 Chief Designer $115.00 Designer $75.00 Graphic Designer N/A Inspector/Engineer Intern $69.00 Landscape Architect N/A Landscape Architect Intern N/A Landscape Designer/Landscape Planner N/A Landscape Inspector N/A Planner N/A Project Engineer $122.00 Project Architect N/A Project Landscape Architect N/A Project Manager $197.00 Project Planner N/A Secretary/Clerical $71.00 Senior Architect N/A Senior Inspector/Senior Engineer Intern $84.00 Senior Landscape Architect N/A Senior Landscape Inspector N/A Senior Planner N/A Senior Project Engineer $191.00 Name of the Firm: A & P Consulting Transportation Engineers, Corp. Village of Key Biscayne Continuing Architectural & Engineering Services STRUCTURAL ENGINEERING‐ 3